Author
others
View
0
Download
0
Embed Size (px)
Kansas City Area Transportation Authority
PROCUREMENT DEPARTMENT
1350 East 17th Street
Kansas City, Missouri 64108
INVITATION FOR BID
Bid #15-3133-33
Paratransit Vehicle Wraps & Installation Services
Issue Date: November 16, 2015
Contact: Julie Lombard, Senior Buyer
Telephone Number: (816) 346-0366
FAX Number: (816) 346-0336
E-Mail: [email protected]
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 2 of 77
Bid #15-3133-33
Paratransit Vehicle Wraps & Installation Services
INVITATION FOR BID (IFB)
The Kansas City Area Transportation Authority (KCATA) is a bi-state agency offering mass transit service
within the greater Kansas City metropolitan area. KCATA is requesting products and services of qualified
contractors to provide Paratransit Vehicle Wraps & Installation Services. The term of the contract will be for
two (2) years.
Bid Closing and Submission:
Bids must be received with all required submittals as stated in the IFB, no later than 3:00 p.m. on December
4, 2015. Bids received after time specified shall not be considered for award. Bids received via facsimile (fax)
or electronic mail (e-mail) shall not be considered. Bids not meeting specified delivery and method of submittal
will not be opened nor considered responsive.
Bids submitted must be addressed and delivered to KCATA at the following address. This is also the address
to be used for all communication in connection with this IFB:
Kansas City Area Transportation Authority
Procurement Department
Attn: Julie Lombard
1350 East 17th Street
Kansas City, Missouri 64108
Submission of a bid shall constitute a firm offer to the KCATA for ninety (90) days from the date of IFB
closing.
Bid Questions/Comments:
Any questions, comments or requests for clarification are due from bidders by 3:00 p.m. on November 20,
2015 and must be submitted in writing to Julie Lombard, Senior Buyer, at [email protected] and will
anticipate having an answer by close of business November 24, 2015. If required, KCATA’s response to these
submissions will be in the form of an Addendum.
John Hays
Senior Manager of Procurement
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 3 of 77
TABLE OF CONTENTS
SECTION 1. BID CALENDAR
SECTION 2. SCOPE OF SERVICES/WORK
SECTION 3. BIDDING INFORMATION/INSTRUCTIONS
SECTION 4. BID EVALUATION, ACCEPTANCE AND AWARD
SECTION 5. CONTRACT TERMS AND CONDITIONS
SECTION 6. ATTACHMENTS
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 4 of 77
SECTION 1
BID CALENDAR
1. Bid Advertisement ........................................................................................... November 16, 2015
2. IFB Issue .......................................................................................................... November 16, 2015
3. Deadline for Bidder Questions, Comments
& Requests for Clarification……………………………………November 20, 2015 by 3:00 p.m.
4. KCATA Responds to Questions………………………………………………November 24, 2015
5. Bid Closing .................................................................................... December 4, 2015 at 3:00 p.m.
In the KCATA Small Conference Room at located at
1350 E 17th Street, KCMO 64108
6. Notice of Contract Award………………………….. (Anticipated)……….…January 21, 2016
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 5 of 77
NO BID REPLY FORM
IFB # 15-3133-33
Paratransit Vehicle Wraps & Installation Services
To assist KCATA in obtaining good competition on its Invitation For Bid, we ask that if you received an invitation
but do not wish to propose, please state the reason(s) below and return this form to Procurement Department,
KCATA, 1350 East 17th Street, Kansas City, MO 64108, fax (816) 346-0336.
This information will not preclude receipt of future invitations unless you request removal from the Bidder’s List
by so indicating below.
Unfortunately, we must offer a “No Bid” at this time because:
____ 1. We do not wish to participate in the bidding process.
____ 2. We do not wish to propose under the terms and conditions of the Invitation For Bid
document. Our objections are:
________________________________________________________________________
________________________________________________________________________
____ 3. We do not feel we can be competitive.
____4. We do not provide the services on which Bids are requested.
____ 5. Other:
____ We wish to remain on the Bidder’s list for these services.
____ We wish to be removed from the Bidder’s list for these services.
FIRM NAME SIGNATURE
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 6 of 77
SECTION 2
KANSAS CITY AREA TRANSPORTATION AUTHORITY
PARATRANSIT VEHICLE WRAPS & INSTALLATION SERVICESS
SCOPE OF WORK
1. Purpose:
A. This document constitutes a request for competitive, sealed bids from prospective bidders for the
provision of Paratransit Vehicle Wraps & Installation Services. The KCATA is currently in the
process of rebranding their vehicle and other vehicle fleet to create a unified regional transit brand.
The intent is to award a single contract for the provision of the paratransit vehicle wraps and
installation services. There are 18 Chevrolet Impala Sedans and 41 Ford Elevation E-350 Cutaway
vehicles that will need to be wrapped with the new KCATA rebrand. A total of 12 vehicles must be
wrapped prior to March 4, 2016. The remaining 47 vehicles must be wrapped prior to expiration of
the contract at a schedule mutually agreed to between the contractor and KCATA.
B. The bidders must provide both the provision of the vehicle wraps as well as the provision of the
installation services for the wraps (i.e., an all or none contract award to the lowest, responsible and
responsive bidder).
2. Term:
A. The term of this agreement shall include provision of the Vehicle Wraps & Installation Services
specified herein for a period of two (2) years from date of contract award.
3. Estimated Quantities:
A. The quantities indicated in this IFB are estimates that pertain to the total aggregate quantities that may
be ordered throughout the stated contract period. The estimates do not indicate single order amounts
unless otherwise stated. The KCATA makes no guarantees about single order quantities or total
aggregate order quantities.
4. Vehicle Wraps:
A. The contractor shall provide vehicle wraps with the substrate material of Vinyl 3M 180 CV3 with
Laminate 8518 Lusterlam or an approved equal. Refer to Attachment N for Wrap Design Artwork.
All artwork is scaled: 1/48, ¼”=1’.
B. The vehicle wraps shall be for two sized vehicles: the Chevrolet Impala (model years 2012 to 2014)
and the Ford Elevation E-350 Cutaway (model years 2012 to 2015).
1) The vehicle wraps for the Chevy Impala sedans shall be a full vehicle wrap to include additional
wrap material for the entire roof top. Measurements for the Chevy Impala can be found in
Attachment M. There may be some design layout differences between the various model years
that will require some adjustments and modifications to the wrap design and installation which
shall be accommodated by the contractor.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 7 of 77
2) The vehicle wraps for the Ford Elevation E-350 Cutaway shall include additional wrap material
for vehicle top rollover (e.g., not to cover the entire roof): the wrap top roll over shall be 17 inches
from the top of the drip rail to the top seam on the top of the Cutaway vehicle, where the wrap
would stop. Measurements for the E-350 Cutaway can be found in Attachment M. There may be
some design layout differences between the various model years that will require some
adjustments and modifications to the wrap design and installation which shall be accommodated
by the contractor.
C. The vehicle wraps shall be in the following colors listed below. The contractor must provide a proof
sample sheet on the wrap material to be used to KCATA prior to production of any order so that KCATA
can verify and approve the colors utilized. The contractor must receive written approval from KCATA
on the proof sample. If the ordered wraps received deviates from the approved proof sample, then the
KCATA reserves the right to reject the wrap order and require the contractor, at the contractor’s expense,
to replace the wraps:
1) Pantone 301C
2) White: C:0 M:0 Y:0 K:0
3) Black: C:0 M:0 Y:0 K:100
4) Pantone Cool Gray 4C
5) Pantone 369C
D. A notice of award issued by KCATA does not constitute an authorization for shipment of products or
supplies or a directive to proceed with services. Before providing equipment, products, supplies and/or
services for KCATA, the contractor must receive a properly authorized purchase order or other form of
authorization given to the contractor at the discretion of the KCTA.
1) Prior to commencement of work the contractor must contact the KCATA Marketing Department for
finalized artwork. A contact name and contact information will be provided to the awarded
contractor(s) upon finalization of the contract award.
5. Vehicle Wrap Orders and Delivery:
A. It is the intent of KCATA to order initially 12 wraps that will be a mix of the two vehicle types (such
as 4 of the Chevy Impala Sedan wraps and 8 of the Ford Elevation E-350 vehicle wraps) from the
contractor; however, KCATA reserves the right to order more or less depending upon the need during
this rebranding project. The contractor shall not require a minimum order amount. The contractor
shall deliver the wraps to KCATA within seven (7) calendar days of receipt of order.
B. The contractor shall individually package the wraps and clearly label each package to indicate either
it is a “Paratransit Sedan Wrap” or a “Paratransit E-350 Cutaway Wrap”. The contractor shall
accommodate any additional labeling needs.
6. Warranty on Wraps:
A. KCATA requires a minimum warranty terms of three (3) years for the wrap quality and that the wrap
is free of defects.
B. All vehicle wraps which do not comply with the specifications and/or requirements or which are
otherwise unacceptable quality or color or defective may be rejected. In addition, all wraps which are
discovered to be defective or which do not conform to any warranty of the contractor upon inspection
(or at any later time if the defects contained were not reasonably ascertainable upon the initial
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 8 of 77
inspection) may be rejected.
C. The KCATA reserves the right to return any such rejected shipment at the contractor's expense for
full credit or replacement and to specify a reasonable date by which replacements must be received.
The KCATA's right to reject any unacceptable equipment, supplies, and/or services shall not exclude
any other legal, equitable or contractual remedies the KCATA may have.
D. Pass-Through of Warranties: The contractor shall identify in writing all third-party warranties that the
bidder receives in connection with any Product provided to KCATA. The contractor hereby passes
through the benefits of all such warranties, provided that nothing in this section shall reduce or limit
the bidder’s obligations under this contract.
7. Installation Services:
A. The contractor will be responsible for the placement of full wraps on vehicle types specified herein.
The KCATA shall ensure that the vehicles have been properly cleaned prior to releasing the vehicles
to the contractor for wrap installation. The contractor shall remove any decals and advertisements on
the vehicles prior to placing the wraps on the vehicles. The contractor shall document what decals
and advertisements were removed and inform the KCATA project manager. Prior to proceeding with
the initial wrap installation, the contractor shall meet with the KCATA project manager to review the
vehicle to be wrapped and receive any guidance instruction on the wrap layout. Upon completion of
the wrap installation, the contractor must notify the KCATA project manager and have the wrap
installation inspected and approved by the KCATA project manager before proceeding with the next
wrap installation.
B. The contractor shall be responsible for cutting out and trimming the wraps as appropriate for the
various vehicle features (such as cutting out window and door entry areas; trimming around light
fixtures, trimming around door handles, wheelchair access latches, emblems, etc.).
C. The installation of the wraps shall be performed on-site at a facility area provided by KCATA.
Workspace will be provided indoors, on-site at KCATA. Space will be available in KCATA’s bus
storage building, where the lighting may not be optimal for installation. Contractors may want to
assess and determine whether additional lighting should be planned prior to start of services. Any
additional lighting needs shall be the responsibility and expense of the contractor. KCATA shall
provide electrical outlets/extension cords as needed, if needed. Limited space may be available in
KCATA’s body shop where lighting and conditions are suitable for a clean install.
D. It is anticipated that the majority of the wrap installations shall be conducted at KCATA’s location at
1350 E. 17th St., Kansas City, MO 64108. It is highly desirable that the contractor perform the wrap
installations on-site at KCATA between the hours of 4:00 p.m. and 4:00 a.m., which is the least busy
time for vehicle movement on the premises. However, KCATA will mutually agree on a timeframe
with the awarded contractor(s). If the installation contractor is not also the supplier of the wraps then
the KCATA will provide the vehicle wraps to the installer.
1) KCATA expects that the contractor will diligently pursue the work in a cooperative manner and
refrain from impeding and/or interrupting the work and/or worksite(s) of others. Violation may
result in termination of the contract.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 9 of 77
2) The contractor shall fully coordinate all contract activities with those activities of the KCATA.
As the work of the contractor progresses, advice and information on matters covered by the
contract shall be made available by the contractor to the KCATA throughout the effective period
of the contract.
E. The contractor must be able to perform a high complexity level of hands-on transit vehicle wrap
installation that includes but is not limited to:
1) Flat Substrates
2) Curves
3) Corrugations
4) Rivets
5) Seams
F. The contractor shall be responsible for the proper disposal of any waste material generated during the
wrapping process in accordance with Federal, State, and Local regulations and laws.
8. Limitations and Timeframe of Installation Services:
A. The vehicles shall be wrapped in succession and the contractor shall complete a vehicle wrap installation within twelve (12) hours. The contractor shall completely wrap a minimum of 12 vehicles by no later than March 4, 2016.
B. The contractor shall only be given two (2) or more vehicles at a time to complete the wrap installation
services. At KCATA’s sole discretion, KCATA may increase the allotment of vehicle distributed. The reason for the two vehicle limitation is for the purpose of allowing KCATA sufficient vehicle in the fleet to continue vehicle operations.
C. The contractor must have the ability to handle the complete wrap installation services described herein
at a minimum of seven (7) vehicles a month. 9. Warranty on Installation Services:
A. KCATA requires a minimum warranty term of ninety (90) days for the wrap installation workmanship and must be free of defects pertaining to the provisions of installation services.
B. If the installation contractor ruins the vehicle wrap during installation services, the installation
contractor shall be responsible for the expense in replacing the vehicle wrap and shall not charge additional fees for re-installation of the new wrap.
10. Quality Assurance and Inspections:
A. During the performance of the installation services, if the contractor damages any features on the Vehicles, the contractor shall notify KCATA immediately within two (2) hours of the discovery of the damage, and the contractor shall be responsible for replacing and/or repairing the feature(s) prior to continuing performance of the Scope of Work. The Contractor shall not be entitled to any adjustment in the contract price for any work resulting from Contractor damage.
B. The Contractor shall allow authorized KCATA staff to perform quality control inspections of the
vehicle wrapping installation services at any point and at multiple times throughout the installation process. The Quality Control inspections shall be for the purpose of ensuring that the installation services are performed in accordance with the IFB requirements and vehicle wrap installation best practices for consistent quality that meets KCATA’s needs and requirements.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 10 of 77
11. Vendor Qualification Requirements:
A. The bidding contractor (company supplying the bid response) must have been in the commercial vehicle wrap and commercial vehicle wrap installation services business a minimum of three (3) years.
B. The Contactor must have demonstrated a high level of professionalism and skill, with a proven track record of wrap design, creation and installation for commercial vehicles of similar sized vehicles as indicted herein. Refer to Attachment J “References” where the vendor should provide a minimum of three (3) references for the provision of wraps that is similar in nature, size, and scope as what is requested in this IFB.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 11 of 77
SECTION 3
BIDDING INFORMATION/INSTRUCTIONS
A. BID INSTRUCTIONS
1. Bid.
The bid, along with all other accompanying documents and materials submitted by the bidder, will be
deemed to constitute the entire bid. The bidder shall promptly furnish any additional information
requested relative to its bid.
2. Submittal.
a. Bids shall be submitted on the Pricing Pages (Attachment K) provided. Bids submitted on any other
form may be considered non-responsive and therefore rejected. The authorized person signing the
bid shall initial any erasures, corrections or other changes appearing on the Bid Response Form of
Attachment K.
b. The Authority reserves the right to reject bids that alter the Pricing Pages or otherwise take exception
to the bid requirements. Bidders may submit alternative bids along with a complete description of
the proposed alternative; however the decision to accept or reject such alternative is entirely at the
sole discretion of the Authority.
3. Communications.
In cases where communication is required between bidders and the KCATA, such as requests for
information, instruction, clarification of specifications, etc. such communication shall be forwarded
directly to Julie Lombard at [email protected] or 816.346.0366.
4. Approved Equals.
a. Wherever brand, manufacturer, or product names are used, they are included only for the purposes of
establishing a description of minimum quality of the requested item unless otherwise specified. This
inclusion is not to be considered as advocating or prescribing the use of any particular brand or item
or product. However, approved equals or better must be pre-approved by the Buyer.
b. All requests for approved equals shall be received in writing. Any changes to the specifications will
be made by addendum. Bidders may discuss the specification with the KCATA Procurement
Department; however, requests for changes shall be written and documented.
c. When an approved equal is requested, the Bidder shall demonstrate the quality of its product to the
KCATA, and shall furnish sufficient technical data, test results, etc. to enable the KCATA to
determine whether the Bidder’s product is or is not equal to specifications.
5. Protests.
a. The following protest procedures will be employed for this procurement. For the purposes of these
procedures, “days” shall mean business days of KCATA administrative personnel which are days
other than a Saturday, Sunday or legal holidays observed by KCATA for such administrative
personnel.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 12 of 77
b. Pre-Submittal.
A pre-submittal protest is received prior to the bid due date. Pre-submittal protests must be received
by the Authority, in writing and addressed to the KCATA Director of Procurement, no later than five
(5) days before the bid closing date.
c. Post-Submittal/Pre-Award.
A post-submittal/pre-award protest is a protest against making an award and is received after receipt
of bids but before award of a contract. Post-submittal protests must be received by the Authority, in
writing and addressed to the KCATA Director of Procurement, no later than five (5) days after the
bid closing date.
d. Post-Award.
Post-Award protests must be received by the Authority, in writing and addressed to the KCATA
Senior Manager of Procurement, no later than five (5) days after the date of the Notice of Intent to
Award.
e. The KCATA Senior Manager of Procurement shall respond in writing within five (5) days from the
date of the written request. If the protester is not satisfied with the response of the KCATA Senior
Manager of Procurement, the protester may appeal in writing to the KCATA Chief Operating Officer
within five (5) days from the date of the KCATA Senior Manager of Procurement’s response.
f. The KCATA Chief Operating Officer will decide if the protest and the appeal (if any) have been given
fair and reasonable consideration, or if additional consideration is warranted. The KCATA Chief
Operating Officer’s response will be provided within ten (10) days after receipt of the request. The
KCATA Chief Operating Officer’s decision is final and no further action on the protest shall be taken
by the KCATA.
g. By written notice to all parties, the KCATA Senior Manager of Procurement may extend the time
provided for each step of the protest procedures, extend the date of notice of award, or postpone the
award of a contract if deemed appropriate for protest resolution.
h. Protesters shall be aware of the Federal Transit Administration's (FTA) protest procedures with the
FTA Regional Office (ref: FTA Circular 4220.1F) If federal funding is involved, FTA will review
protests from a third party only when: 1) a grantee does not have a written protest procedure or fails
to follow its procedure, or fails to review a complaint or protest; or 2) violations of specific federal
laws or regulations have occurred.
i. An appeal to FTA must be received by FTA’s regional office within five (5) working days of the date
the protester learned or should have learned of KCATA’s decision. Protests shall be addressed to:
Regional Administrator, FTA Region 7, 901 Locust, Room 404, Kansas City, Missouri, 64106.
6. Bid Pricing.
a. Bids shall be firm and final.
b. Bidders shall be responsible for furnishing and delivering new and complete materials and/or services
to include the installation, assembly, accessories, personnel, training, warranty, and guarantee as
specified to make this procurement complete.
c. The bid price shall include, as applicable, all items of labor, materials, tools, equipment,
transportation, and other costs necessary to complete the manufacture, delivery, assembly, installation
and drawings, if required, of the materials or services required in this procurement.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 13 of 77
d. The quantities specified for purchase by KCATA are based upon the best available estimates, taking
into consideration the consumption during the past periods, and do not determine the actual amount
the Authority may order during the contract period. The quantities are subject to change. Payment
will be based on actual order quantities based on the unit rates quoted.
e. It is the intention of the specifications to provide complete and accurate descriptions for materials
and/or services required by the KCATA. Any materials or services omitted from the specifications
that are clearly necessary for the completion of this bid, although not directly specified or called for
in the specifications, shall be considered a portion of the bid. Bidder shall indicate the additional
material and services it has determined to be required for this procurement.
f. Bids shall indicate the unit price, extended to reflect the total bid. Any difference between the unit
price correctly extended and the total price shall be resolved in favor of the unit price, except where
the bidder clearly indicates that the total price is based on consideration of being awarded all items of
the bid.
g. Bid shall be net and shall reflect any available discount. Separate discount for timely payment shall
not be given consideration in evaluating bids, except in the case of bids that end in a tie.
h. The KCATA is exempt from payment of federal, state and local sales taxes, and such taxes shall not
be included in the bid price. Nevertheless, the bidder is not exempt from these taxes when purchasing
materials directly from its supplier.
7. Omissions and Form of Contract
a. Omissions. The Contractor will be responsible for providing all services, equipment, facilities, and
functions which are necessary for the safe, reliable, efficient, and well-managed operation of the
program, within the general parameters described in this IFB, and consistent with established industry
practices, regardless of whether those services, equipment, facilities, and functions are specifically
mentioned in this IFB or not. The bidder should clearly identify any omissions to the requirements
set forth in the IFB.
b. Form of Contract. The standard contract terms and conditions stated herein address various legal and
administrative duties and responsibilities assumed by persons or organizations contracting with
KCATA. It contains terms and conditions affecting the successful performance of the procurement.
Bids shall not stipulate any conditions or exceptions to the bid package or addenda. The successful
bidder will be expected to execute this contract.
8. Authorization to Bid.
a. Sealed bids, one original and one (1) copy, shall be signed by an authorized official and submitted to
the Procurement Department, Attn: Julie Lombard, Senior Buyer, KCATA, 1350 E. 17th Street,
Kansas City, Missouri, 64108. The bid number shall be clearly marked on the front of the return
envelope.
b. If an individual doing business under a fictitious name makes the bid, the bid shall so state. If the bid
is made by a partnership, the full names and addresses of all members of the partnership shall be given
and one principal member shall sign the bid. If a corporation, Limited Liability Company or other
legal entity makes the bid, an authorized officer shall sign it in the corporate name. If the bid is made
by a joint venture, the full names and addresses of all members of the joint venture shall be given and
one member shall sign the bid authorized thereof.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 14 of 77
9. Submittal Deadline.
a. Sealed bids will be received until the date and time specified for bid closing in Section I, “Bid
Schedule”. Bids received before the bid closing time will be kept securely sealed. Bids submitted by
facsimile (fax) machine or electronic mail (e-mail) will not be accepted.
b. At a time specified for bid opening, all bids properly received will be publicly opened and read aloud.
Any bid received after this time will not be considered.
10. Incomplete Bid.
All documents that are required to be submitted with this Bid are listed in Section 6. The bidder shall read
all forms carefully before signing. Incomplete bid documents may render the bid non-responsive.
11. Withdrawal of Bids.
a. Bids may be withdrawn upon written request received by the KCATA before the time fixed for
closing. Withdrawal of a bid shall not prejudice the right of the bidder to submit a new bid, provided
it is received in a timely manner as provided above. The bond or certified check of any bidder
withdrawing its bid, in accordance with the foregoing condition, will be returned promptly.
b. No bids may be withdrawn for a period of ninety (90) days after the time set herein for the opening
of bids.
12. Disclosure of Proprietary Information.
a. A bidder may restrict the disclosure of scientific and technological innovations in which it has a
proprietary interest, or other information that is protected from public disclosure by law, which is
contained in the bids by:
(1) marking each page of each such document prominently in at least 16 point font with the words
“Proprietary Information;”
(2) printing each page of each such document in a different color paper than the paper which the
remainder of the bid is printed; and
(3) segregating each page of each such document in a sealed envelope, which shall prominently
display, on the outside, the words “Proprietary Information” in at least 16 point font, along with
the name and address of the Bidder.
b. After either a contract is executed pursuant to this IFB, or all bids are rejected, the bids will be
considered public records open for inspection. If access to documents marked “Proprietary
Information,” as provided above, is requested under the Missouri Open Records Law, the KCATA
will notify the Bidder of the request and the Bidder shall have the burden to establish that such
documents are exempt from disclosure under the Law. Notwithstanding the foregoing, in response to
a formal request for information, the KCATA reserves the right to release any documents if the
KCATA determines that such information is a public record pursuant to the Missouri Sunshine Law.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 15 of 77
13. Disadvantaged Business Enterprise (DBE) Requirements
a. For this project there has been no goal established for DBE participation. DBE firms are
encouraged to submit bids as Prime Contractors or Subcontractors.
b. To be eligible a firm must 1) be certified as a DBE under U. S. Department of Transportation’s
guidelines found in 49 CFR Part 26; and 2) hold a current, valid certification from a member of the
Missouri Regional Certification Committee (MRCCC). A database of certified firms may be found
at www.modot.mo.gov/ecr/index.htm.
c. Contractors not meeting the established DBE goal on this project must provide documentation that
good faith efforts were expended to try to meet the goal. Good faith efforts are efforts that, given all
relevant circumstances, a Proposer actively and aggressively seeking to meet the goals can reasonably
be expected to make.
d. In evaluating good faith efforts, KCATA will consider whether the Proposer has performed the
following, along with any other relevant factors:
1. Advertised opportunities to participate in the contract in general circulation media, trade and
professional association publications, small and minority business media, and publications of
minority and women’s business organizations in sufficient time to allow DBE firms to participate
effectively.
2. Provided notice to a reasonable number of minority and women’s business organizations of
specific opportunities to participate in the contract in sufficient time to allow DBE firms to
participate effectively.
3. Sent written notices, by certified mail or facsimile, to qualified DBEs soliciting their participation
in the contract in sufficient time to allow them to participate effectively.
4. Attempted to identify portions of the work for qualified DBE participation in order to increase
the likelihood of meeting the goals, including breaking down contracts into economically feasible
units. A Proposer should send letters by certified mail or facsimile to those DBE contractors
identified by the MRCC listed in those categories, which are in those subcontractors’ scope of
work. The portion of work for which a proposal from a DBE is being solicited shall be as specific
as possible. Letters which are general are not acceptable.
5. Requested assistance in achieving the goals from KCATA and acted on the KCATA’s
recommendations.
6. Conferred with qualified DBEs and explained the scope and requirements of the work for which
their bids or proposals were solicited.
7. Attempted to negotiate in good faith with qualified DBEs to perform specific subcontracts; not
rejecting them as unqualified without sound reasons based on a thorough investigation of their
capabilities. Documentation of good faith negotiations with DBEs from whom proposals were
received in an effort to reach a mutually acceptable price should include:
a. Names, addresses and telephone numbers of DBEs that were contacted and date of
contact;
b. The information provided to DBEs regarding the plans and specifications for portions
of the work to be performed by them;
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 16 of 77
c. The reasons no agreement was reached with any DBE, including the basis for any
Bid rejection (i.e., availability, price, qualifications or other);
d. Descriptions of attempts to provide technical assistance to DBEs to obtain necessary
insurance and/or to obtain necessary supplies at the best prices available.
e. DBE Participation Credit
1. The following shall be credited towards achieving the goals, except as provided herein:
a. The total contract dollar amount that a qualified DBE Prime Contractor earns for its portion
of work done on the contract that is done by its own workforce, is performed in a category in
which the DBE is currently certified, and is a commercially useful function as defined by the
Program.
b. The total contract dollar amount that a Prime Contractor has paid or is obligated to pay to a
subcontractor that is a qualified DBE; and
c. Subcontractor participation with a lower tier DBE subcontractor; and
d. Sixty percent (60%) of the total dollar amount paid or to be paid by a Prime Contractor to
obtain supplies or goods from a supplier who is not a manufacturer and who is a qualified
DBE. If the DBE is a manufacturer of the supplies, then one hundred percent (100%) may
be credited, to be determined on a case-by-case basis.
2. No credit, however, will be given for the following:
a. Participation in a contract by a DBE that does not perform a commercially useful function as
defined by the Program; and
b. Any portion of the value of the contract that a DBE Subcontractor subcontracts back to the
prime contractor or any other contractor who is not a qualified DBE; and
c. Materials and supplies used on the contract unless the DBE is responsible for negotiating the
price, determining quality and quantity, ordering the materials and installing (where
applicable) and paying for material itself; and
d. Work performed by a DBE in a scope of work other than that in which the DBE is currently
certified.
f. Requests for Subcontractor Modification or Replacement.
1. Prior to an award of a negotiated procurement and once a contract has been awarded, Contractor
may not substitute, delete or terminate a DBE subcontractor without KCATA’s prior written
consent. This includes, but is not limited to, instances in which a Contractor seeks to perform
work originally designated for a DBE subcontractor with its own forces or those of an affiliate, a
non-DBE firm, or with another DBE firm.
2. Written consent of termination may be given if the Contractor has demonstrated good cause.
Good cause includes the following circumstances.
a) The listed DBE subcontractor fails or refuses to execute a written contract; or
b) The listed DBE subcontractor fails or refuses to perform the work of its subcontract in a way
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 17 of 77
consistent with normal industry standards. Provided, however, that the good cause does not
exist if the failure or refusal of the DBE subcontractor to perform its work on the subcontract
results from the bad faith or discriminatory action of the Prime Contractor; or
c) The listed DBE subcontractor fails or refuses to meet the Prime Contractor’s reasonable,
nondiscriminatory bond requirements; or
d) The listed DBE subcontractor becomes bankrupt, insolvent, or exhibits credit unworthiness;
or
e) The listed DBE subcontractor is ineligible to work on public works projects because of
suspension and debarment proceedings pursuant to 2 CFR Parts 180, 215 and 1200 or
applicable state law; or
f) The DBE subcontractor is not a responsible contractor; or
g) The listed DBE subcontractor voluntarily withdraws from the project and provides the Prime
Contractor written notice of its withdrawal;
h) The listed DBE is ineligible to receive DBE credit for the type of work required;
i) A DBE owner dies or becomes disabled with the result that the listed DBE contractor is
unable to complete its work on the contract;
j) Other documented good cause that compels KCATA to terminate the DBE subcontractor.
Provided the good cause does not exist if the Prime contractor seeks to terminate a DBE it
relied upon to obtain the contract so that the Prime Contractor can self-perform the work for
which the DBE contractor was engaged or so that the Prime Contractor can substitute another
DBE or non-DBE contractor.
3. Before submitting its request to terminate or substitute a DBE subcontractor, the Prime
Contractor must give notice in writing to the DBE subcontractor, with a copy to KCATA, of its
intent to request to terminate and/or substitute, and the reason for the request.
4. The Prime Contractor must give the DBE five days to respond to the Prime Contractor’s notice
and advise KCATA and the Contractor of the reasons, if any, why it objects to the proposed
termination of its subcontract and why KCATA should not approve the Prime Contractor’s
action. If required in a particular case as a matter of public necessity (e.g., safety), the response
period may be shortened.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 18 of 77
SECTION 4
BID EVALUATION, ACCEPTANCE AND AWARD
1. Bid Evaluation.
a. It is the intent of the KCATA to award a contract to the responsive and responsible bidder whose bid
conforming to this IFB, is the lowest in price and, in KCATA’s sole discretion, provides the best
value to the KCATA. Factors such as discounts, transportation costs and life cycle costs will be
considered in determining which bid is lowest in price.
b. A responsible bidder possesses the ability to perform successfully under the terms and conditions of
the proposed contract considering matters including Contractor integrity, record of past performance,
and financial and technical resources.
c. The low bidder will be required to demonstrate its ability to provide the times and/or perform services
contained in the solicitation, in a timely manner, to the complete satisfaction of the Authority. Doubt
as to technical ability, productive capability, and financial strength which cannot be resolved
affirmatively may result in a determination of non-responsibility by KCATA.
d. If the low bidder is eliminated, then the second lowest bidder will be required to demonstrate its ability
to perform services as described herein. This process will continue to the next lowest bidder until a
bidder successfully meets the specification requirements.
e. KCATA reserves the right to investigate the qualifications of all bidders under consideration to
confirm any part of the information furnished by a bidder, or to require other evidence of managerial,
financial or other capabilities which are considered necessary for the successful performance of the
contract.
2. Bid Acceptance.
Each bid is to be submitted with the understanding that the acceptance in writing by the KCATA of the
bid to furnish the materials and services, or any part thereof, described therein shall constitute a contract
between the bidder and the KCATA which shall bind the bidder on its part to furnish and deliver at the
price given and in accordance with the terms and conditions of said accepted bid and these conditions.
3. Unbalanced Bid.
The Authority may determine that a bid is non-responsive if the prices proposed are materially
unbalanced. A bid is materially unbalanced when it is based on prices significantly less than cost or prices
significantly overstated relative to cost.
4. Bid Award.
a. The KCATA reserves the right to award to other than the low bidder and to award any or all items of
the bid.
b. In the case of multiple line items, the KCATA reserves the right to award the entire bid to one bidder,
or to split the award of the items to multiple bidders.
c. If awarded at all, the bid may be awarded to the bidder whose total price is lowest, whose bid is
responsive to the invitation thereof, and who is determined to be technically and financially
responsible to perform as required. The KCATA reserves the right to accept another bid, if it is in the
best interest of the Authority. Conditional bids and any bid taking exception to these instructions or
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 19 of 77
conditions, to the contract conditions or specifications, or to other contract requirements may be
considered non-responsive and may be rejected.
5. Purchase Order or Contract.
a. Upon acceptance and award of a bid by KCATA, a purchase order or contract shall be issued thereon
and shall constitute a contract for furnishing the items described in the bid in strict conformity with
the specifications and bid conditions.
b. The purchase order or contract shall be considered as made in Kansas City, Missouri, and the
construction and enforcement of it shall be in accordance with the laws of the State of Missouri except
those pertaining to conflicts of law.
6. Bidder’s Responsibilities.
a. By submitting a bid, the bidder represents that bidder has read and understands the IFB and the bid is
made in accordance with the IFB; and
b. By submitting a bid, the bidder represents that bidder possesses the capabilities, resources, and
personnel necessary to provide efficient and successful service to KCATA.
7. Reservations.
This IFB does not commit KCATA to award a contract, to pay any cost incurred in preparation of a bid,
or to procure a contract for services. The KCATA reserves the right to waive informalities or irregularities
in bids, and to reject any or all bids; to cancel this IFB in part or in its entirety, and to re-advertise for bid
if it is in the best interest of the Authority. KCATA shall be the sole judge of what is in its best interest
with respect to this IFB.
8. Debarment.
a. The bidder shall certify that it is not included in the "U.S. General Services Administration's List of
Parties Excluded from Federal Procurement or Non-procurement Programs".
b. The bidder agrees to refrain from awarding any subcontract of any amount (at any tier) to a debarred
or suspended subcontractor, and to obtain a similar certification from any subcontractor (at any tier)
seeking a contract exceeding $25,000.
c. The bidder agrees to provide the KCATA a copy of each conditioned debarment or suspension
certification provided by a prospective subcontractor at any tier, and to refrain from awarding a
subcontract with any party that has submitted a conditioned debarment or suspension certification
until FTA approval is obtained.
9. Employee Eligibility Verification.
a. The bidder is required by sworn affidavit and provision of documentation, to affirm its enrollment
and participation in a federal work authorization program with respect to employees working in
connection with the contracted services.
b. The bidder shall also affirm that it does not knowingly employ any person in connection with the
contracted services who does not have the legal right or authorization under federal law to work in
the United States as defined in 8 U.S.C. §1324a(h)(3).
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 20 of 77
c. The bidder is required to obtain the same affirmation from all subcontractors at all tiers.
10. Licenses and Permits.
a. The bidder shall, without additional expense to KCATA, be responsible for obtaining any necessary
licenses and permits, and for complying with all federal, state, and municipal laws, codes, and
regulations applicable to the providing of products, equipment or materials, or the performance of the
work in this procurement.
b. The Contractor shall comply with all applicable and current rules, regulations and ordinances of any
applicable federal, state, county or municipal governmental body or authority, including those as set
forth by the Environmental Protection Agency (EPA), the Missouri Department of Natural Resources
(MDNR), the Kansas Department of Health and Environment (KDHE), the FTA, the Department of
Transportation (DOT), and the City of Kansas City, Missouri.
11. Lobbying.
a. Pursuant to Public Law 104-65, the bidder is required to certify that no federal funds were used to
influence or attempt to influence an officer or employee of any federal department or agency, a
member of Congress or State legislature, an officer or employee of Congress or State legislature, or
an employee of a member of Congress or State legislature regarding the project(s) included in the
KCATA purchase order or the contract.
b. Bidders who use non-federal funds for lobbying on behalf of specific projects or bids must submit
disclosure documentation when these efforts are intended to influence the decisions of federal
officials. If applicable, Standard Form-LLL, "Disclosure Form to Report Lobbying", is required with
the bidder's first submission initiating the KCATA's consideration for a KCATA purchase order or
the contract. Additionally, disclosure forms are required each calendar quarter following the first
disclosure if there has been a material change in the status of the previous disclosure. A material
change includes: 1) a cumulative increase of $25,000 or more in the amount paid or expected to be
paid for influencing or attempting to influence a covered federal action; 2) a change in the person(s)
or individual(s) influencing or attempting to influence a covered federal action; or 3) a change in the
officer(s) or employee(s) or member(s) contacted to influence or attempt to influence a covered
federal action.
c. The bidder is required to obtain the same certification and disclosure from all subcontractors (at all
tiers) when the federal money involved in the subcontract is $100,000 or more. Any such disclosure
forms received by the bidder must be forwarded to the KCATA.
12. Required Documentation
A. References.
Bidders shall complete the References Form (Attachment J) indicating up to four (4) firms that represent
work that is similar to this procurement. Include the company name, address, contact person, telephone
number, contract amount, and length of contract.
B. Bid Response Form.
Bidders shall complete the Pricing Pages (Attachment K) including the “Schedule of Participation by
Contractor and Subcontractors” (Attachment C) listing all subcontractors (including DBEs) and the value
of work committed to them.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 21 of 77
Bidders utilizing DBEs in their bid must include Attachment E.2 and E.3, “Prime Contractor Affidavit
Regarding DBE Participation.”
C. Vendor Registration Form.
All bidders doing business with the KCATA shall complete a Vendor Registration Form (Attachment A).
However, bidders that have previously submitted an application within the past two (2) years need not
return this form. To verify your firm’s registration status, contact the KCATA Procurement Department
at (816) 346-0254.
13. Employee Eligibility Verification.
a. The bidder is required by sworn affidavit and provision of documentation, to affirm its enrollment
and participation in a federal work authorization program with respect to employees working in
connection with the contracted services. (Refer to Attachment F.1 and F.2).
b. The bidder shall also affirm that it does not knowingly employ any person in connection with the
contracted services who does not have the legal right or authorization under federal law to work in
the United States as defined in 8 U.S.C. §1324a(h)(3).
c. The bidder is required to obtain the same affirmation from all subcontractors at all tiers.
14. Certification of Debarment.
All bidders, and their subcontractors if applicable, shall complete the Certification of Primary Participant
Regarding Debarment Suspension and Other Responsibility Matters Form (Attachment G.1 and G.2)
certifying that they are not debarred, etc. from bidding on federal procurements.
15. DBE Certification.
a. The KCATA recognizes firms that have been certified as Disadvantaged Business Enterprises (DBEs)
under the criteria established by the U. S. Department of Transportation’s Regulations 49 C.F.R. Part
26. Contractors using DBE firms as subcontractors must submit a current certificate or letter of DBE
certification from a member of the Missouri Regional Certification Committee (MRCC).
b. All bidders requesting to become certified Disadvantaged Business Enterprises with the KCATA must
complete the proper paperwork and certifications.
c. For information and the necessary forms for the certification process, please contact KCATA’s DBE
Specialist Denise Adams at (816) 346-0224.
16. Certification of Lobbying.
All bidders, and their subcontractors, if possible, shall complete the Certification of Lobbying Form
(Attachment H.1 and H.2) when submitting bids for federal projects.
17. Buy America Certification.
All bidders as applicable shall complete the appropriate part of the Buy America Certificate Form
(Attachment I) to certify that steel, iron, and manufactured products used in this project are produced in
the United States, or if rolling stock, that the cost of the components is more than 60 percent of the total
cost with final assembly taking place in the United States.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 22 of 77
18. Affirmative Action Compliance.
a. The Federal Transit Administration’s (FTA) EEO Program objectives are to ensure that FTA
applicants, recipients, subrecipients, Contractors and/or subcontractors (which include all business
wishing to do business with KCATA) abide by Federal Transit Laws, 49 U.S.C. 5332(b).
b. Firms that do not have a current Affirmative Action compliance certification with the KCATA must
submit the following documents:
(1) A copy of your firm’s current Affirmative Action Program and/or Policy statement and a
completed Workforce Analysis Report; Form AA1, Part 2 (Attachment E.1). See Attachment
E.1, Guidelines for Workforce Analysis Form (Form AA1, Part 1, Form EE0-1 may be
substituted).
(2) Subject to approval by the KCATA, current certificate of Affirmative Action compliance from a
local government agency may be submitted in lieu of a program or policy statement.
(3) A letter requesting exemption from filing an Affirmative Action Program if your firm has twenty-
five (25) or fewer employees. A signed, notarized letter on company letterhead listing the
employees, their race, sex, job title and annual salary must be submitted.
c. For questions on these requirements, or assistance in completing the forms, please contact KCATA’s
Contracting/Supplier Diversity Coordinator at (816) 346-0224.
19. Warranty; Warranty of Title
The Contractor agrees that products, equipment, materials or services furnished under this Contract, shall
be covered by the most favorable warranties the Contractor gives to any customer of such products,
equipment, materials or services, and that the rights and remedies provided herein are in addition to and
do not limit any rights afforded to KCATA by any other clause in this Contract.
Upon final acceptance by KCATA of all work to be performed by the Contractor, KCATA shall so notify
the Contractor in writing. The date of final acceptance shall commence the warranty period.
Contractor shall provide KCATA with good and marketable title to all products, equipment or materials
delivered under this Contract, free and clear of all liens and encumbrances.
20. Receipt of Addenda.
In the event that Addenda are issued against this Invitation to Bid, bidders will be issued a Receipt of
Addenda Form to complete and return with the Invitation to Bid, acknowledging receipt of all addenda
issued. This is to safeguard KCATA and the bidder against failure to communicate any important
information and changes to the scope of the procurement.
21. Other Documents.
Bidders shall submit any other documents necessary to complete this bid. This may include technical
information or product brochures.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 23 of 77
SECTION 5
CONTRACT TERMS AND CONDITIONS
1. ACCEPTANCE OF MATERIALS – NO RELEASE:
Acceptance of any portion of the products, equipment or materials prior to final acceptance shall not
release the Contractor from liability for faulty workmanship or materials, or for failure to fully comply
with all of the terms of this Contract. KCATA reserves the right and shall be at liberty to inspect all
products, equipment or materials and workmanship at any time during the Contract term, and shall have
the right to reject all materials and workmanship which do not conform with the conditions, Contract
requirements or specifications; provided, however, that KCATA is under no duty to make such
inspection, and Contractor shall (notwithstanding any such inspection) have a continuing obligation to
furnish all products, services, equipment or materials and workmanship in accordance with the
instructions, Contract requirements and specifications. Until delivery and acceptance, and after any
rejections, risk of loss will be on the Contractor, unless loss results from negligence of KCATA.
2. AGREEMENT IN ENTIRETY:
This Contract represents the entire and integrated agreement between the parties and supersedes all prior
negotiations, representations or agreements, either written or oral. This Contract may be amended only by
written instrument signed by all parties.
3. ASSIGNMENT:
The Contractor shall not assign any interest in this Contract and shall not transfer any interest in the same
(whether by assignment or novation), without the prior written consent of KCATA. In the event of KCATA’s
consent to assignment of this Contract, all of the terms, provisions and conditions of the Contract shall be
binding upon and inure to the benefit of the parties and their respective successors, assigns and legal
representatives.
4. BANKRUPTCY:
In the event the Contractor enters into proceedings relating to bankruptcy, whether voluntary or involuntary,
the Contractor agrees to furnish, by certified mail, written notification of the bankruptcy to the KCATA
official identified in the “Notification and Communication” section. This notification shall be furnished
within five (5) days of the initiation of the proceedings relating to bankruptcy filing. This notification shall
include the date on which the bankruptcy petition was filed, the identity of the court in which the bankruptcy
petition was filed, and a listing of KCATA Contract numbers against which final payment has not been made.
This obligation remains in effect until final payment under this Contract.
5. BREACH OF CONTRACT; REMEDIES:
A. If the Contractor shall fail, refuse or neglect to comply with the terms of this Contract, such failure shall
be deemed a total breach of Contract and the Contractor shall be subject to legal recourse by KCATA,
plus all costs resulting from the failure to comply including the KCATA’s reasonable attorney fees,
whether or not suit be commenced.
B. The duties and obligations imposed by this Contract and the rights and remedies available hereunder
shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise
imposed or available by law or equity. No action or failure to act by KCATA shall constitute a waiver
of any right or duty afforded under this Contract, nor shall any such action or failure to act constitute an
approval of or acquiescence in any breach hereunder, except as may be specifically agreed in writing.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 24 of 77
6. CHANGES:
KCATA may at any time, by a written order, and without notice to the sureties, make changes within the
general scope of this Contract. No such changes shall be made by the Contractor without prior written
approval by KCATA. If any such change causes an increase or decrease in the Contract sum, or the time
required for performance of this Contract, whether changed or not changed by such order, an equitable
adjustment shall be made by written modification. Any Contractors’ claim for adjustment under this clause
must be asserted within 30 days from the date of receipt by the Contractor of the notification of change.
Nothing in this clause shall excuse the Contractor from proceeding with the Contract as changed.
7. CHANGES TO FEDERAL REQUIREMENTS:
Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives,
including without limitation, those listed directly or by reference in the Agreement between the Authority
and FTA (FTA MA (18) dated October 1, 2011), as they may be amended or promulgated from time to time
during the term of this Contract. Contractors’ failure to so comply shall constitute a material breach of this
Contract. Contractor agrees to include this clause in all subcontracts at any tier. It is further agreed that the
clause shall not be modified, except to identify the subcontractors who will be subject to its provisions.
8. CIVIL RIGHTS:
A. Nondiscrimination. In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. §
2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section
202 of the Americans with Disabilities Act of 1990, 42 U.S. C. § 12132, and Federal transit law at 49
U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant
for employment because of race, color, creed, age, sex, sexual orientation, gender identity, national
origin or disability. In addition, the Contractor agrees to comply with applicable Federal
implementing regulations and other implementing regulations that the Federal Transit Administration
(FTA) may issue.
B. Equal Employment Opportunity. The following equal employment opportunity requirements
apply to this Contract:
1. Race, Color, Creed, National Origin or Sex. In accordance with Title VII of the Civil Rights
Act, as amended, 42. U.S.C. §2000e, et seq., and Federal transit laws at 49 U.S.C. §5332, the
Contractor agrees to comply with all applicable equal opportunity requirements of the U.S.
Department of Labor (U.S. DOL) regulations, “Office of Federal Contract Compliance
Programs, Equal Employment Opportunity, Department of Labor” 41 C.F.R. Parts 60 et seq.,
(which implement Executive Order No. 11246, “Equal Employment Opportunity,” as amended
by Executive Order No. 11375, “Amending Executive Order 11246 Relating to Equal
Employment Opportunity,” 42 U.S.C. 2000e note), and with any applicable Federal statutes,
executive orders, regulations, and Federal policies that may in the future affect construction
activities undertaken in the course of the Contract. The Contractor agrees to take affirmative
action to ensure that applicants are employed, and that employees are treated during employment
without regard to their race, color, creed, age, sex, sexual orientation, gender identity or national
origin. Such action shall include, but not be limited to, the following: employment, upgrading,
demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay
or other forms of compensation; and selection for training, including apprenticeship. In addition,
the Contractor agrees to comply with any implementing requirements FTA may issue.
2. Age. In accordance with Section 4 of the Age Discrimination in Employment Act of 1967, as
amended, 29 U.S.C. § 623 and Federal transit law at 49 U.S.C. §5332, the Contractor agrees to
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 25 of 77
refrain from discrimination against present and prospective employees for reason of age. In
addition, the Contractor agrees to comply with any implementing requirements FTA may issue.
3. Disabilities. In accordance with section 102 of the Americans with Disabilities Act, as amended,
42 U.S.C. §12112, the Contractor agrees that it will comply with the requirements of U.S. Equal
Employment Opportunity Commission, “Regulations to Implement the Equal Employment
Provisions of the Americans with Disabilities Act,” 29 C.F.R. Part 1630, pertaining to
employment of persons with disabilities. In addition, the Contractor agrees to comply with any
implementing requirements FTA may issue.
C. ADA Access Requirements. In accordance with section 102 of the Americans with Disabilities
Act, as amended, 42 U.S.C. § 12112 and section 504 of the Rehabilitation Act of 1973, as amended,
29 U.S.C. § 794, the Contractor agrees that it will comply with the requirements of U.S.
Department of Transportation regulations, “Transportation Services for Individuals with
Disabilities (ADA),” 49 CFR Part 37; and U.S. Department of Transportation regulations,
“Americans with Disabilities Accessibility Specifications for Transportation Vehicles,” 36 CFR
Part 1192 and 49 CFR Part 38, pertaining to facilities and equipment to be used in public
transportation. In addition, the Contractor agrees to comply with the requirements of 49 U.S.C. §
5301 (d) which expresses the Federal policy that the elderly and persons with disabilities have the
same right as other persons to use mass transportation services and facilities, and that special
efforts shall be made in planning and designing those services and facilities to implement
transportation accessibility rights for elderly persons and persons with disabilities. Contractor also
agrees to comply with any implementing requirements FTA may issue.
D. Contractor understands that it is required to include this Article in all subcontracts. Failure by the
Contractor to carry out these requirements or to include these requirements in any subcontract is a
material breach of this Contract, which may result in the termination of this Contract or such other
remedy as the KCATA deems appropriate, including but not limited to withholding monthly
progress payments and/or disqualifying the Contractor from future bidding as non-responsible.
9. CONFLICTS OF INTEREST (ORGANIZATIONAL):
The Contractor certifies that it has no other activities or relationships that would make the Contractor unable,
or potentially unable, to render impartial assistance or advice to KCATA, or that would impair the
Contractor’s objectivity in performing work under this Contract, or that would result in an unfair competitive
advantage to Contractor or to another third party performing the Project work.
10. CONTRACTOR’S PERSONNEL:
All of the services required hereunder shall be performed by the Contractor or under its supervision and all
personnel engaged in the services shall be fully qualified and authorized under state and local law to perform
such services. Any change in the key personnel, as described in the contractor’s bid response, shall be subject
to the written approval of KCATA; such approval shall not be unreasonably withheld. The parties agree that
at all times during the entire term of this Contract that the persons listed in Contractor’s bid shall serve as the
primary staff person(s) of Contractor to undertake, render and oversee all of the services of this Contract
subject to KCATA’s right to remove personnel. KCATA reserves the right to require the Contractor to
remove any personnel and or subcontractors for any cause provided such request for removal shall be
documented in writing to Consultant.
11. CONTRACTOR’S RESPONSIBILITY:
No advantage shall be taken by the Contractor or its subcontractor of the omission of any part or detail
that goes to make any services, products, equipment or materials complete and operable for use by
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 26 of 77
KCATA. In case of any variance, this specification shall take precedence over Contractor’s or
subcontractor’s own specifications. The Contractor shall assume responsibility for all products,
equipment, materials and services used whether the same is manufactured by the Contractor or purchased
ready made from a source outside the Contractor’s company. In the case of the replacement of a
subcontractor, the Contractor shall, within five (5) days, notify KCATA in writing of the replacement and
provide name, address, telephone number, and the type of service.
12. DEBARMENT AND SUSPENSION CERTIFICATION:
The Contractor, its principals and any affiliates, shall certify that it is not included in the “U.S. General
Services Administration’s List of Parties Excluded from Federal Procurement or Non-procurement
Programs,” as defined at 49 CFR Part 29, Subpart C.
The Contractor agrees to refrain from awarding any subcontract of any amount (at any tier) to a debarred or
suspended subcontractor, and to obtain a similar certification from any subcontractor (at any tier) seeking a
contract exceeding $25,000.
The Contractor agrees to provide KCATA a copy of each conditioned debarment or suspension certification
provided by a prospective subcontractor at any tier, and to refrain from awarding a subcontract with any party
that has submitted a conditioned debarment or suspension certification until FTA approval is obtained.
13. DELIVERY
Materials and/or equipment shall be delivered to Kansas City Area Transportation Authority, Central
Receiving Facility, Building #1, 1350 East 17th Street, Kansas City, Missouri, 64108. KCATA will
assume custody of property at other locations, if so directed in writing by KCATA. Packing slips shall be
furnished with the delivery of each shipment. KCATA reserves the right to inspect all deliveries or
services before acceptance. All external components shall be wrapped for protection against damage
during shipping and handling. Each specified unit shall be delivered to KCATA in first class condition
and the Contractor shall assume all responsibility and liability for said delivery. KCATA reserves the
right to extend delivery or installation, postpone delivery or installation, or reschedule delivery or
installation in case the delivery or installation of service equipment under this Agreement shall be
necessarily delayed because of strike, injunction, civil disturbance, government controls, or by reason of
any cause of circumstance beyond the control of the Contractor, as detailed in writing by the Contractor.
The time of completion of a delivery or installation shall be extended by a number of days to be determined
in each instance by KCATA.
14. DISADVANTAGED BUSINESS ENTERPRISE (DBE):
A. This Contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26,
Participation by Disadvantaged Business Enterprises in Department of Transportation Financial
Assistance Programs. A separate contract goal has not been established for this procurement.
B. The Contractor shall not discriminate on the basis of race, color national origin, or sex in the
performance of this Contract. The Contractor shall carry out applicable requirements of 49 CFR.
Part 26 in the award and administration of this DOT-assisted contract. Failure by the Contractor
to carry out these requirements is a material breach of this Contract, which may result in the
termination of this Contract or such other remedy as KCATA deems appropriate. Each subcontract
the Contractor signs with a subcontractor must include the assurance in this paragraph (see 49
C.F.R. 26.13(b)).
C. The Contractor may not substitute, remove or terminate a DBE subcontractor without KCATA’s
prior written consent. Written consent of termination may only be given if the Contractor has
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 27 of 77
demonstrated good cause. Before submitting its request to terminate or substitute a DBE
subcontractor, the Prime Contractor must give notice in writing to the DBE subcontractor, with a
copy to KCATA, of its intent to request to terminate and/or substitute, and the reason for the
request. The Contractor must give the DBE five days to respond to the Contractor’s notice and
advise KCATA and the Contractor of the reasons, if any, why it objects to the proposed termination
of its subcontract and why KCATA should not approve the Contractor’s action. If required in a
particular case as a matter of public necessity (e.g., safety), the response period may be shortened.
D. Good Cause. Good cause includes, but is not limited to, the following circumstances:
1. The listed DBE subcontractor fails or refuses to execute a written contract; or
2. The listed DBE subcontractor fails or refuses to perform the work of its normal industry standards
provided, however, that the good cause does not exist if the failure or refusal of the DBE
subcontractor to perform its work on the subcontract results from the bad faith or discriminatory
action of the Prime Contractor; or
3. The listed DBE subcontractor fails or refuses to meet the Prime Contractor’s reasonable,
nondiscriminatory bond requirements; or
4. The listed DBE subcontractor becomes bankrupt, insolvent, or exhibits credit unworthiness; or
5. The listed DBE subcontractor is ineligible to work on public works projects because of
suspension and debarment proceedings pursuant to 2 CFR Parts 180, 215 and 1200 or applicable
state law; or
6. The DBE subcontractor is not a responsible contractor; or
7. The listed DBE subcontractor voluntarily withdraws from the project and provides the Prime
Contractor written notice of its withdrawal; or
8. The listed DBE is ineligible to receive DBE credit for the type of work required; or
9. A DBE owner dies or becomes disabled with the result that the listed DBE contractor is unable
to complete its work on the contract; or
10. Other documented good cause that compels KCATA to terminate the DBE subcontractor.
Provided the good cause does not exist if the Prime contractor seeks to terminate a DBE it relied
upon to obtain the contract so that the Prime Contractor can self-perform the work for which the
DBE contractor was engaged or so that the Prime Contractor can substitute another DBE or non-
DBE contractor.
E. Before submitting its request to terminate or substitute a DBE subcontractor, the Prime Contractor
must give notice in writing to the DBE subcontractor, with a copy to KCATA, of its intent to request
to terminate and/or substitute, and the reason for the request. The Prime Contractor must give the
DBE five days to respond to the Prime Contractor’s notice and advise the KCATA and the Contractor
of the reasons, if any, why it objects to the proposed termination of its subcontract and why KCATA
should not approve the Prime Contractor’s action. If required in a particular case as a matter of public
necessity (e.g., safety), the response period may be shortened.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 28 of 77
15. DISCLAIMER OF FEDERAL GOVERNMENT OBLIGATIONS OR LIABILITY:
The Contractor, and any subcontractors acknowledge and agree that, notwithstanding any concurrence by
the Federal Government in or approval of the solicitation or award of this contract, absent the express written
consent by the Federal Government, the Federal Government is not a party to this contract and shall not be
subject to any obligations or liabilities to the Contractor, or any other party (whether or not a party to this
Contract) pertaining to any matter resulting from this Contract. It is further agreed that the clause shall be
included in each subcontract and shall not be modified, except to identify the subcontractor who will be
subject to its provision.
16. DISPUTE RESOLUTION:
A. Except as otherwise provided in this Contract, any dispute concerning a question of fact arising under
this Contract which is not disposed of by agreement shall be decided by KCATA's Director of
Procurement, who shall reduce the decision to writing and mail or otherwise furnish a copy to the
Contractor. The decision of the Director of Procurement shall be final and conclusive unless within ten
(10) days from the date of receipt of such copy the Contractor mails or otherwise furnishes a written
appeal addressed to the General Manager, with a copy to the Deputy General Manager and the Director
of Procurement. The determination of such appeal by the General Manager shall be final and conclusive
unless determined by a court of competent jurisdiction to have been fraudulent or capricious, arbitrary,
or not supported by substantial evidence. In connection with any appeal proceeding under this clause
the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its appeal.
Pending final decision of a dispute hereunder, and unless otherwise directed in writing by KCATA, the
Contractor shall proceed diligently with performance in accordance with the Director of Procurement’s
decision.
B. The duties and obligations imposed by the Contract and the rights and remedies available hereunder shall
be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed
or available by law. No action or failure to act by the KCATA or Contractor shall constitute a waiver of
any right or duty afforded any of them under the Contract, nor shall any such action or failure to act
constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed
in writing.
17. EMPLOYEE ELIGIBILITY VERIFICATION:
A. To comply with Section 285.500 RSMo, et seq., the Contractor is required by sworn affidavit and
provision of documentation, to affirm its enrollment and participation in a federal work authorization
program with respect to the employees working in connection with the contracted services. The
Contractor shall also affirm that it does not knowingly employ any person in connection with the
contracted services who does not have the legal right or authorization under federal law to work in
the United States as defined in 8 U.S.C. §1324a(h)(3). The Contractor is required to obtain the same
affirmation from all subcontractors at all tiers with contracts exceeding $5,000.
B. A federal work authorization program is any of the electronic verification of work authorization
programs operated by the United States Department of Homeland Security (E-Verify) or an
equivalent federal work authorization program operated by the United States Department of
Homeland Security to verify information of newly hired employees, under the Immigration Reform
and control Act of 1986 (IRCA), P.L.99-603.
18. ENVIRONMENTAL REGULATIONS:
A. Clean Air - The Contractor agrees to comply with all applicable standards, orders, or regulations
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 29 of 77
issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §7401 et seq. The Contractor agrees
to report, and to require each subcontractor at every tier receiving more than $100,000 from this
Contract to report any violation of these requirements resulting from any project implementation
activity to KCATA. KCATA will in turn, report each violation as required to assure notification
to FTA and the appropriate U.S. EPA Regional Office.
B. Clean Water - The Contractor agrees to comply with all applicable standards, orders, or regulations
issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. § 1251 et seq. The
Contractor agrees to report, and requires each subcontractor at every tier receiving more than $100,000
from this Contract to report any violation of these requirements resulting from any project
implementation activity to KCATA. The Contractor understands that KCATA will in turn, report
each violation as required to assure notification to FTA and the appropriate U.S. EPA Regional Office.
C. Recovered Materials/Recycled Products - To the extent practicable and economically feasible, the
Contractor agrees to provide a competitive preference for products and services that conserve natural
resources and protect the environment and are energy efficient. Examples of such products may
include, but are not limited to products described in U.S. Environmental Protection Agency guidelines
at 40 CFR Part 247, which implements Section 6002 of the Resource Conservation and Recovery
Act, as amended (42 U.S.C. 6962), and Executive Order 12873. The Contractor also agrees to include
these requirements in each subcontract at every tier receiving more than $10,000.
19. FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS:
A. The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as
amended, 31 U.S.C. § 3801 et seq. and U.S DOT regulations, “Program Fraud Civil Remedies,” 49 CFR
Part 31, apply to its actions pertaining to the Project. Upon execution of the Contract, the Contractor
certifies and affirms the truthfulness and accuracy of any statement it has made, it makes, or may make
pertaining to the project covered under this Contract. In addition to other penalties that may be
applicable, the Contractor further acknowledges that if it makes a false, fictitious, or fraudulent claim,
statement, submission, or certification, the Federal Government reserves the right to impose the penalties
of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government
deems appropriate.
B. The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent
claim, statement, submission, or certification to the Federal Government in connection with this Contract,
the Government reserves the right to impose on the Contractor the penalties of 18 U.S.C. § 1001 and 49
U.S.C. § 5307(n)(1), to the extent the Federal Government deems appropriate.
C. The Contractor agrees to include these clauses in each subcontract, and it is further agreed that the clauses
shall not be modified, except to identify the subcontractor who will be subject to the provisions.
20. GOVERNING LAW:
This Contract shall be deemed to have been made in, and be construed in accordance with, the laws of the
State of Missouri. Any action of law, suit in equity, or other judicial proceeding to enforce or construe this
Contract, respecting its alleged breach, shall be instituted only in the Circuit Court of Jackson County,
Missouri.
21. HEADINGS:
The headings included in this Contract are inserted only as a matter of convenience and for reference, and in
no way define, limit or describe the scope of intent of any provision, and shall not be construed to affect, in
any manner, the terms and provisions hereof of the interpretation or construction thereof.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 30 of 77
22. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION TERMS:
The provisions in this Contract include certain standard terms and conditions required by the U.S. Department
of Transportation (DOT), whether or not expressly set forth. All contractual provisions required by DOT, as
set forth in FTA Circular 4220.1F or any revision thereto, are hereby incorporated by reference. Anything
to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a
conflict with other provisions contained in the Contract. Contractor shall not perform any act, fail to perform
any act, or refuse to comply with any KCATA requests that would cause KCATA to be in violation of the
FTA terms and conditions. The Contractor agrees to include this clause in all subcontracts at any tier. It is
further agreed that the clause shall not be modified, except to identify the subcontractors who will be subject
to the provision.
23. INDEPENDENT CONTRACTOR:
A. The parties agree that the Contractor is an independent contractor under this Contract. Under no
circumstance shall the Contractor be considered an agent, employee or representative of KCATA and
KCATA shall not be liable for any claims, losses, damages, or liabilities of any kind resulting from any
action taken or failed to be taken by the Contractor.
B. The Contractor shall furnish adequate supervision, labor, materials, supplies, and equipment necessary
to perform all the services contemplated under this Contract in an orderly, timely, and efficient
manner.
24. INSPECTION OF SERVICES:
A. The Contractor shall provide and maintain an inspection system acceptable to the Authority covering
the services provided in the performance of the Contract. “Services” as used in this clause, includes
services performed, quality of the work, and materials furnished or used in the performance of
services.
B. The Contractor shall provide and maintain an inspection system acceptable to the Authority covering
the project. Complete records of all inspection work performed by the Contractor shall be maintained
and made available to the Authority during contract performance and for as long afterwards and the
Contract requires.
C. The Authority has the right to inspect and test all services called for by this Contract to the extent
practicable at all times and places during the term of the Contract. The Authority shall perform
inspection and tests in a manner that will not unduly delay the work.
D. If any of the services performed do not conform to Contract requirements, the Authority may require
the contractor to perform the services again in conformity with Contract requirements for no
additional fee. When the defects in performance cannot be corrected by re-performance, the Authority
may:
1. Require the Contractor to take necessary action to ensure that future performance conforms to
Contract requirements; or
2. Reduce the Contract Sum accordingly.
E. If the Contractor fails to promptly perform the services again or to take the necessary action to ensure
future performance in conformity with contract requirements, the Authority may:
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 31 of 77
1. By Contract or otherwise, perform the services and charge to the Contractor any cost incurred by
the Authority that is directly related to the performance of the work; or
2. Terminate the Contract for default.
25. INSURANCE:
A. The insurance required under the purchase order or contract shall be written for not less than any
limits of liability required by law or by those set forth below, whichever is greater, and shall include
contractual liability insurance as applicable to the Contractor’s obligations under the Liability and
Indemnification section below. All policies, except Professional Liability and Workers
Compensation policies, shall name the KCATA, its commissioners, officers and employees as
additional insured’s. The policies shall provide coverage applicable to the operations of KCATA.
Explosion, collapse and underground coverage shall not be excluded. The insurance should be written
with companies acceptable to the KCATA and the companies should have a minimum A.M. Best’s
insurance rating of A-(VIII). An exception to the minimum A.M. Best rating is granted for Workers
Compensation exposures insured through the Builders Association Self Insurance Fund (BASIF) or
Missouri Employers Mutual Insurance Company.
B. The Contractor shall be required to furnish to KCATA copies of required insurance policies and
relevant additional insured endorsements of insurance prior to issuance of the KCATA purchase order
or execution of the contract. If copies of the required insurance policies or endorsements are not then
available, the Contractor shall be required to furnish certificates of insurance prior to execution of the
contract, and thereafter furnish copies of the policies and additional insured endorsements, from time
to time, whenever reasonably requested by KCATA. The certificates (with the exception of
Professional Liability and Workers Compensation coverage) shall specifically state that:
1. Contractual liability coverage is applicable.
2. The Kansas City Area Transportation Authority, its commissioners, officers and employees
are named as additional insured’s on the policies covered by the certificate; using this specific
wording: Kansas City Area Transportation Authority, its commissioners, officers and
employees are named as additional insured’s as respects general liability and where
required by written contract. Any coverage afforded the certificate holder as an additional
insured shall apply as primary and not excess or contributing to any insurance or self-
insurance in the name of the certificate holder, and shall include a waiver of subrogation.
3. Further, from time to time and whenever reasonably requested by KCATA, the Contractor
shall represent and warrant to KCATA (1) the extent to which the insurance limits identified
below have been, or may be, eroded due to paid or pending claims under the policies; and (2)
the identity of other entities or individuals covered as an additional insured on the policies.
Further, the Contractor shall confirm that the insurers’ obligation to pay defense costs under
the policies is in addition to, and not part of the liability limits stated in the policies.
4. All such insurance, with the exception of Professional Liability coverage, shall contain
endorsements that the policies may not be canceled or amended or allowed to lapse by the
insurers with respect to KCATA, its commissioners, officers and employees by the insurance
company without thirty (30) days prior notice by certified mail to KCATA in addition to the
Named Insured (s) and that denial of coverage or voiding of the policy for failure of Contractor
to comply with its terms shall not affect the interest of KCATA, its commissioners, officers
and employees thereunder.
5. The requirements for insurance coverage are separate and independent of any other provision
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 32 of 77
under the KCATA purchase order or the contract.
6. Any deductibles or self-insured retentions must be declared to and approved by the KCATA.
If the deductible or self-insured retention is unacceptable to KCATA, at the option of the
Purchasing Department, either the insured shall reduce or eliminate such deductibles or self-
insured retentions as respects the KCATA, its Commissioners, officers, employees and
volunteers; or, the Contractor shall procure a surety bond or letter of credit guaranteeing
payment of losses and related investigations, claim administration and defense expenses.
C. Worker’s Compensation and Employers Liability:
Workers Compensation: Statutory
Employer’s Liability Limit: Bodily Injury by Accident: $500,000 each accident
Bodily Injury by Disease: $500,000 each employee
Bodily Injury by Disease: $500,000 policy limit
The Contractor and any subcontractor shall maintain adequate worker’s compensation insurance as
required by law to cover all employees during performance of services, or during delivery,
installation, assembly or related services in conjunction with this Contract.
D. Commercial General Liability
Bodily Injury and Property Damage: $1,000,000 Each Occurrence
$2,000,000 Annual Aggregate
Contractor shall procure and maintain at all times during the term of the KCATA purchase order or
the contract commercial general liability insurance for liability arising out of the operations of the
Contractor and any subcontractors. The policy (ies) shall include coverage for the Contractor’s and
subcontractors’ products and completed operations. The policy (ies) shall name as an additional
insured, in connection with Contractor's activities, the KCATA, its commissioners, officers, and
employees. Using IS0 Form CG 20 10 11 85 (or OCG20 26 0704 in the case of a Blanket
Endorsement), or such other additional insured forms acceptable to KCATA. The Insurer(s) shall
agree that its policy (ies) is primary insurance and that it shall be liable for the full amount of any loss
up to and including the total limit of liability without right of contribution from any other insurance
or self-insurance KCATA may have.
E. Auto Liability:
Bodily Injury and Property Damage: $1,000,000 Combined Single Limit
The policy(ies) shall include automobile liability coverage for all vehicles, licensed or unlicensed, on
or off the KCATA’s premises, whether the vehicles are owned, hired or non-owned, covering use by
or on behalf of the Contractor and any subcontractors during the performance of work under this
Contract.
F. Professional Liability Insurance
Professional Liability Limit: $1,000,000 Each Occurrence
$1,000,000 Annual Aggregate
Where applicable, the Contractor shall obtain professional liability insurance covering any damages
caused by an error, omission or any negligent acts of the Contractor or its employees with regard to
performance under this Agreement.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 33 of 77
G. Umbrella or Excess Liability
Umbrella or Excess Liability Limit: $1,000,000 Each Occurrence
$1,000,000 Aggregate (per project)
Where applicable, the Contractor shall obtain and keep in effect during the term of the contract, Umbrella
or Excess Liability Insurance covering their liability over the limit for primary general liability,
automobile liability, and employer’s liability.
26. LIABILITY AND INDEMNIFICATION:
A. Contractor’s Liability. Contractor shall be liable for all damages to persons (including employees of
Contractor) or property of any type that may occur as a result of any act or omission by Contractor, any
subcontractors, or sub-subcontractor, their respective agents or anyone directly employed by any of them
or anyone for whose acts any of them may be liable or arising out of any product provided or services
rendered under this Agreement.
B. Subrogation. Contractor, its agents and any subcontractor hereby waive and relinquish any right of
subrogation or claim against KCATA, its commissioners, directors and employees arising out of the use
of KCATA’s premises (including any equipment) by any party in performance of this Agreement.
C. Indemnification.
1. To the fullest extent permitted by law, Contractor agrees to and shall indemnify, defend and hold
harmless KCATA, its Commissioners, officers and employees from and against any and all claims,
losses, damages, causes of action, suits, liens and liability of every kind, (including all expenses of
litigation, expert witness fees, court costs and attorney’s fees whether or not suit be commenced) by
or to any person or entity (collectively the “Liabilities”) arising out of, caused by, or resulting from
the acts or omissions of Contractor, subcontractors, or sub-subcontractors, their respective agents or
anyone directly or indirectly employed by any of them in performing work under this Contract, and
provided such claim is attributable to bodily injury, sickness, disease or death of any person, or injury
to or destruction of property, including consequential damages, regardless of whether or not such
claim, damage, loss or expense is caused in part by a party indemnified hereunder, so long as such
Liabilities are not caused by the sole negligence or willful misconduct of a party indemnified
hereunder. Such obligation shall not be construed to negate, abridge or otherwise reduce other rights
or obligations of indemnity which would otherwise exist as to a party or person described in this
paragraph.
2. In claims against any person or entity indemnified under this section, by an employee or
Contractor, subcontractor or sub-subcontractor or anyone directly or indirectly employed by any
of them, the indemnification obligation shall not be limited by a limitation on the amount or type
of damages, compensation or benefits payable by or for the Contractor, subcontractor, or sub-
subcontractor under worker’s compensation acts, disability benefit acts or other employee benefit
acts. If any action at law or suit in equity is instituted by any third party against Contractor arising
out of or resulting from the acts of Contractor in performing work under this Contract, Contractor
shall promptly notify KCATA of such suit.
3. If any action at law or suit in equity is instituted by any third party against KCATA or its
commissioners, officers or employees arising out of or resulting from the acts of Contractor, a
subcontractor or sub-subcontractor, their respective agents or anyone directly or indirectly
employed by any of them in providing products, equipment or materials, or in performing work
or services under this Contract, and if Contractor has failed to provide insurance coverage to
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 34 of 77
KCATA against such action as required herein or otherwise refuses to defend such action,
KCATA shall have the right to conduct and control, through counsel of its choosing, the defense
of any third party claim, action or suit, and may compromise or settle the same, provided that
KCATA shall give the Contractor advance notice of any proposed compromise or settlement.
4. KCATA shall permit Contractor to participate in the defense of any such action or suit through
counsel chosen by the Contractor, provided that the fees and expenses of such counsel shall be
borne by Contractor. If KCATA permits Contractor to undertake, conduct and control the conduct
and settlement of such action or suit, Contractor shall not consent to any settlement that does not
include as an unconditional term thereof the giving of a complete release from liability with
respect to such action or suit to KCATA. Contractor shall promptly reimburse KCATA for the
full amount of any damages, including fees and expenses of counsel for KCATA, incurred in
connection with any such action.
27. LICENSING, LAWS AND REGULATIONS:
A. The Contractor shall, without additional expense to KCATA, be responsible for obtaining any
necessary licenses and permits, and for complying with all federal, state, and municipal laws, codes,
and regulations applicable to the providing of products, equipment or materials, or the performance
of the Services, under this Contract.
B. The Contractor shall comply with all applicable and current rules, regulations and ordinances of any
applicable federal, state, county or municipal governmental body or authority, including but not
limited to those as set forth by the Environmental Protection Agency, the Missouri Department of
Natural Resources, the Kansas Department of Health and Environmental, the FTA, the Department
of Transportation, and the City of Kansas City, Missouri.
28. LOBBYING RESTRICTIONS:
A. The Contractor is bound by its certification contained in its offer to the Authority regarding the use of
federal or non-federal funds to influence, or attempt to influence any federal officer or employee
regarding the award, execution, continuation, or any similar action of any federal grant or other
activities as defined in 31 U.S.C. 1352, and 49 CFR Part 20. The Contractor agrees to comply with
this requirement throughout the term of the Contract.
B. The Contractor agrees to include these requirements in all subcontracts at all tiers exceeding $100,000
and to obtain the same certification and disclosure from all subcontractors (at all tiers).
29. NOTIFICATION AND COMMUNICATION:
Communications regarding technical issues and activities of the project shall be exchanged with KCATA’s
Sr. Buyer, Julie Lombard at (816) 346.0366 or via e-mail at [email protected].
Issues regarding the contract document, changes, amendments, etc. are the responsibility of KCATA’s
Procurement Department. All notices and communications on all matters regarding this Contract may be
given by delivery or mailing the same postage prepaid, addressed to the following:
If to KCATA: Julie Lombard, Senior Buyer
Kansas City Area Transportation Authority
1350 East 17th Street
Kansas City, MO 64108
If to Contractor:
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 35 of 77
The Contractor shall notify KCATA immediately when a change in ownership has occurred, or is certain to
occur.
The addresses to which notices may be made may be changed from time to time by notice mailed as described
above. Any notice given by mail shall be deemed given on the day after that on which it is deposited in the
United States Mail as provided above.
30. PRIVACY ACT REQUIREMENTS:
A. The Contractor agrees to comply with, and assures the compliance of its employees and subcontractors
with the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C.
§ 552. Among other things, the Contractor agrees to obtain the express consent of the KCATA and/or
the Federal Government before the Contractor or its employees operate a system of records on behalf of
the KCATA or Federal Government.
B. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal
penalties for violation of that Act, apply to all individuals involved, and that failure to comply with the
terms of the Privacy Act may result in termination of the underlying Agreement.
C. The Contractor agrees that strict privacy will be maintained in the collection, storage, use, transfer, access
to and/or security of personnel information. Contractor agrees to protect such information, and to limit
the use of the information to that required by the contract.
31. PROHIBITED INTERESTS:
A. No board member, officer, employee or agent of KCATA or of a local public body who has participated
or will participate in the selection, award, or administration of this Contract, nor any member of his or
her immediate family, business partner or any organization which employs, or intends to employ any of
the above during such period, shall have any interest, direct or indirect, in this Contract or the proceeds
thereof, to any share or part of this Contract, or to any benefit arising there from. This shall not be
construed to prevent any such person from owning stock in a publicly owned corporation.
B. No member of, or delegates to, the Congress of the United States shall be admitted to any share or part
of the Contract, or to any benefit arising there from. This shall not be construed to prevent any such
person from owning stock in a publicly-owned corporation.
32. PROHIBITED WEAPONS AND MATERIALS:
A. Missouri Revised Statutes, Section 571.107 (R.S.Mo. §571.107) allows government units and business
to prohibit persons holding a concealed carry endorsement from carrying concealed firearms on its
premises. Accordingly, KCATA has adopted the following rules prohibiting weapons, whether
concealed or not, and whether or not the individual carrying the weapon has an endorsement or permit
to carry.
B. No weapon, including firearms concealed or not, or other instrument intended for use as a weapon, or
any object capable of inflicting serious bodily injury upon another person or property may be carried in
or on any facility or property of KCATA, including vehicles of contractors parked on KCATA property
or leased facilities, or vehicles used in transporting KCATA customers, even if a person has a permit to
carry a concealed weapon, unless authorized in writing to do so by KCATA. For the purposes hereof, a
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 36 of 77
weapon shall include, but not be limited to, a firearm, knife, sword, or any instrument of any kind known
as blackjack, billy club, club, sandbag and metal knuckles.
C. No explosives, flammable liquids, acids, fireworks, other highly combustible materials, radioactive
materials or biochemical materials may be carried on or in any KCATA property, facility or vehicle,
including vehicles of contractors parked on KCATA property or leased facilities, or vehicles used in
transporting any KCATA customer, except as authorized in writing by KCATA.
D. Any contractor, subcontractor, employee or agent thereof, who has a firearm or other weapon, including
those used for recreational purposes, in his/her possession, including on his/her person, in a vehicle on
an ATA facility, in a vehicle carrying KCATA customers, or accessible such as in first aid kits, toolboxes,
purses, lunch or carrying bags, etc., at any time while performing KCATA contracted services or on
KCATA property, including parking lots, concealed or not, shall be immediately prohibited from
performing any further KCATA work, even if the person has a permit to carry a concealed weapon.
E. Any KCATA contractor, subcontractor, employee or agent thereof, while performing KCATA
contracted services or on any KCATA property or facilities, who has in his/her possession, carries,
transports, displays, uses, flourishes, or threatens another person with a weapon, radioactive material,
biochemical material or other dangerous weapon, object or material, which has the capability of inflicting
bodily injury, shall be immediately prohibited from performing any further KCATA work.
33. QUALIFICATION REQUIREMENTS:
Qualification Requirement, as used in this clause, means a KCATA requirement for testing or other quality
assurance demonstration that must have been completed before award. One or more qualification
requirements apply to the supplies or services covered by this Contract, whether the covered product or
service is an end item under this agreement or simply a component of an end item. The product or service
must be qualified at the time of award of this Contract, whether the Contractor or a subcontractor will
ultimately provide the product or service in question. If, after award, KCATA discovers that an applicable
qualification requirement was not in fact met at the time of award, KCATA may either terminate this Contract
for default or allow performance to continue if adequate consideration is offered and KCATA determines the
action is otherwise in KCATA's best interest.
34. RECORD RETENTION AND ACCESS:
A. The Contractor agrees that, during the course of this agreement and any extensions thereof, and for three
years thereafter, it will maintain intact and readily accessible all data, documents, reports, records,
contracts, and supporting materials relating to this Contract. In the event of litigation or settlement of
claims arising from the performance of this Contract, the Contractor agrees to maintain same until such
litigation, appeals, claims or exceptions related thereto have been disposed of.
B. The Contractor shall permit KCATA, the Secretary of Transportation, the Comptroller General of the
United States, and, as applicable, the City of Kansas City, Missouri, to inspect all work, materials,
construction sites, payrolls, and other data and records, and to audit the books, records, and accounts of
the Contractor relating to its performance under this Contract.
C. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or
to copy excerpts and transcriptions as reasonably needed, and to include this clause in all subcontracts.
35. REQUESTS FOR PAYMENT:
A. Invoices requesting payment shall be submitted directly to KCATA’s Procurement Department. All
invoices shall be numbered, dated and submitted in duplicate, and contain full descriptive information of
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 37 of 77
materials or services furnished. All invoices and correspondence shall reference KCATA’s Contract
number. Separate invoices shall be submitted for each purchase order or work (task) order.
B. Payment by KCATA will be made within the later of 1) 30 days after receipt of a proper invoice, or 2)
30 days after KCATA’s acceptance of supplies delivered or services performed by the Contractor. On a
final invoice where the payment amount is subject to contract settlement actions, acceptance shall be
deemed to have occurred on the effective date of the contract settlement.
C. All final invoices shall be submitted to KCATA within 90 days of project completion or contract
termination. Invoices submitted more than 90 days after project completion or contract termination will
not be valid and will not be paid.
D. Subcontractor Payments
1. Prompt Payment. The Contractor shall establish procedures to ensure timely payment of amounts
due pursuant to the terms of its subcontracts. The Contractor shall pay each DBE and non-DBE
subcontractor for satisfactory performance of its contract, or any billable portion thereof, in
accordance with the timing set forth in any applicable laws or no later than 30 days, whichever is
less, from the date of the Contractor’s receipt of payment from the Authority for work by that
subcontractor.
2. Prompt Return of Retainage. If retainage is withheld from subcontractors, the Contractor is required
to return any retainage payment to its DBE and non-DBE subcontractors in accordance with the
timing set forth in any applicable laws or no later than 30 days, whichever is less, from the date of
receipt of the retainage payment from the Authority related to the subcontractors work. Any delay
or postponement of payment from said time frame may occur only for good cause following written
approval from KCATA.
3. The Contractor shall certify on each payment request to the Authority that payment has been or will
be made to all subcontractors. Lien waivers may be required for the Contractor and its
subcontractors. The Contractor shall notify KCATA on or before each payment request, of any
situation in which scheduled subcontractor payments have not been made.
4. If a subcontractor alleges that the Contractor has failed to comply with this provision, the Contractor
agrees to support any Authority investigation, and if deemed appropriate by the Authority, to consent
to remedial measures to ensure that subcontractors are properly paid as set forth herein.
5. The Contractor agrees that the Authority may provide appropriate information to interested
subcontractors who inquire about the status of Authority payments to the Contractor.
6. Nothing in this provision is intended to create a contractual obligation between the Authority and
any subcontractor or to alter or affect traditional concepts of privity of contract between all parties.
36. RIGHT TO OFFSET:
KCATA, without waiver or limitation of any rights, may deduct from any amounts due Contractor in
connection with this Contract, or any other contract between Contractor and KCATA, any amounts owed by
Contractor to KCATA, including amounts owed by Contractor pursuant to Contractor’s obligation to
indemnify KCATA against third party claims arising out of Contractor’s performance of work under this
Contract.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 38 of 77
37. SEAT BELT USE POLICY:
The Contractor agrees to comply with terms of Executive Order No. 13043 “Increasing Seat Belt Use in the
United States” and is encouraged to include those requirements in each subcontract awarded for work relating
to this Contract.
38. SEVERABILITY:
If any clause or provision of this Contract is held to be invalid illegal or otherwise unenforceable by a court
of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect.
39. SUBCONTRACTORS:
A. Subcontractor Approval. None of the work or services covered by this Contract shall be subcontracted
without the prior written approval of KCATA. The only subcontractors approved for this Contract, if
any, are listed in an appendix to this Contract. Any substitutions or additions of subcontractors must
have the prior written approval of KCATA as set forth herein.
B. DBE Subcontractor Employment. See Disadvantaged Business Enterprise Provisions.
C. Subcontractor Payments. See Requests for Payment Provisions.
D. Adequate Provision(s) in Subcontract(s). Any subcontracts related to this Contract must contain
adequate provisions to define a sound and complete contract. In addition, all subcontracts shall
contain contractual provisions or conditions that allow for:
i. Administrative, contractual, or legal remedies in instances where subcontractors violate or
breach contract terms, including sanctions and penalties as may be appropriate.
ii. Termination for cause and for convenience including the manner by which it will be effected
and the basis for settlement.
iii. The following provisions if included in this Contract:
Acceptance of Material – No Release
ADA Access Requirements
Agreement in Entirety
Assignment
Bankruptcy
Breach of Contract; Remedies
Buy America
Changes
Civil Rights
Clean Air
Clean Air Requirements for Transit Operations
Clean Water
Conflicts of Interest
Contractor’s Personnel
Contractor’s Responsibility
Debarment and Suspension
Disadvantaged Business Enterprise (DBE)
Disclaimer of Federal Government Obligations or Liability
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 39 of 77
Dispute Resolution
Employee Eligibility Verification
Employee Protections
Employee Protections (Contract Work Hours & Safety Standards Act)
Employee Protections (Davis Bacon, Copeland Anti-Kickback Acts)
Energy Conservation
Federal Changes
Fraud and False or Fraudulent Statements or Related Acts
Governing Law: Choice of Judicial Forum
Headings
Incorporation of FTA Terms
Independent Contractor
Insurance
Laws and Regulations
Liability and Indemnification
Lobbying Restrictions
Notification and Communication
Privacy Act Requirements
Prohibited Interests
Prohibited Weapons and Materials
Qualification Requirements
Record Retention and Access
Requests for Payment
Right to Offset
Severability
Suspension of Work
Taxpayer Identification Number (TIN)
Termination
Unavoidable Delays
Warranty; Warranty of Title
The Contractor will take such action with respect to any subcontractor or procurements as KCATA or the
U.S. Department of Transportation may direct as means of enforcing such provisions. 40. SUSPENSION OF WORK: KCATA may order the Contractor, in writing, to suspend, delay, or interrupt all or any part of the work under
this agreement for the period of time that KCATA determines appropriate for the convenience of KCATA. 41. TAXPAYER IDENTIFICATION NUMBER (TIN): The Contractor is required to provide its TIN, which is the number required by the IRS to be used by
KCATA in reporting income tax and other returns.
The TIN provided by the Contractor is . 42. TERMINATION:
A. Termination for Convenience. The KCATA may terminate this Contract, in whole or in part, at any time by written notice to the Contractor when it is in KCATA’s best interest. The Contractor will only be paid the Contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the Contract.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 40 of 77
B. Funding Contingency. If this Contract is subject to financial assistance provided by the U.S. Department of Transportation, the Contractor agrees that withdrawal or termination of such financial assistance by the U.S. DOT may require KCATA to terminate the agreement.
C. Termination for Default.
1. If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or if the Contract is for services, and the Contractor fails to perform in the manner called for in the Contract, or if the Contractor fails to comply with any other provisions of the Contract, KCATA may terminate this Contract for default. Termination shall be effected by serving a notice of termination on the Contractor setting forth the manner in which the Contractor is in default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the Contract.
2. If the termination is for failure of the Contractor to fulfill the contract obligations, KCATA may
complete the work by contract or otherwise and the Contractor shall be liable for any additional cost incurred by KCATA. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, KCATA, after setting up a new delivery or performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience.
a. Opportunity to Cure. KCATA in its sole discretion may, in the case of a termination for
breach or default, allow the Contractor an appropriately short period of time in which to cure the defect. In such case, the written notice of termination will state the time period in which cure is permitted and other appropriate conditions. If Contractor fails to remedy to KCATA’s satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within the time period permitted, KCATA shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude KCATA from also pursuing all available remedies against Contractor and its sureties for said breach or default.
3. Waiver of Remedies for any Breach. In the event that KCATA elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Agreement, such waiver by KCATA shall not limit KCATA’s remedies for any succeeding breach of that or of any other term, covenant, or condition of this Agreement.
4. Property of KCATA. Upon termination of the Contract for any reason, and if the Contractor has
any property in its possession belonging to KCATA, the Contractor shall protect and preserve the property, account for the same, and dispose of it in the manner KCATA directs. Upon termination of the Contract for any reason, the Contractor shall (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to KCATA’s Project Manager all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this Contract, whether completed or in process.
43. TEXTING WHILE DRIVING AND DISTRACTED DRIVING: Consistent with Executive Order No. 13513, “Federal Leadership on Reducing Text Messaging While
Driving,” October 1, 2009, 23 U.S.C. Section 402 note, and DOT Order 3902.10, “Text Messaging While Driving,” December 30, 2009, the Contractor agrees to promote policies and initiatives for its employees and other personnel that adopt and promote safety policies to decrease crashes by distracted drivers, including policies to ban text messaging while driving, and to encourage each subcontractor to do the same.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 41 of 77
44. UNAVOIDABLE DELAYS:
A delay is unavoidable only if the delay was not reasonably expected to occur in connection with or during the Contractor’s performance, and was not caused directly or substantially by acts, omissions, negligence, or mistakes of the Contractor, the Contractor’s suppliers, or their agents, and was substantial and in fact caused the Contractor to miss delivery dates, and could not adequately have been guarded against by contractual or legal means.
a. Notification of Delays. The Contractor shall notify the KCATA Director of Procurement as soon
as the Contractor has, or should have, knowledge that an event has occurred that will cause an unavoidable delay. Within five (5) days, the Contractor shall confirm such notice in writing furnishing as much as detail as is available.
b. Request for Extension. The Contractor agrees to supply, as soon as such data is available, any
reasonable proof that is required by the KCATA Director of Procurement to make a decision on any request for extension. The KCATA Director of Procurement shall examine the request and any documents supplied by the Contractor and shall determine if the Contractor is entitled to an extension and the duration of such extension. The KCATA Director of Procurement shall notify the Contractor of its decision in writing.
It is expressly understood and agreed that the Contractor shall not be entitled to damages or compensation, and shall not be reimbursed for losses on account of delays resulting from any cause under this provision.
45. U.S. PRODUCT AND SERVICE PREFERENCE
A. Buy America. 1. The Contractor agrees to comply with 49 U.S.C. §5323(j), and 49 CFR. Part 661, which provide
that federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CFR 661.7 and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, microcomputer equipment & software. Separate requirements for rolling stock are set out at 5323(j)(2)(C) and 49 CFR Part 661.11. Rolling stock not subject to a general waiver must be manufactured in the United States and have a 60 percent domestic content.
2. The Contractor further agrees to include these requirements in all subcontracts exceeding
$100,000.
B. Cargo Preference. 1. In the event that ocean shipment is required for any material or commodity pursuant to this
agreement, the Contractor agrees to utilize United States-Flag commercial vessels to ship at least fifty percent (50%) of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, to the extent such vessels are available at fair and reasonable rates for the United States-Flag commercial vessels.
2. The Contractor further agrees to furnish within 20 working days following the date of loading for
shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated "on board" commercial ocean bill-of-lading in English for each shipment of cargo described in the paragraph above to KCATA (through the Prime Contractor in the case of subcontractor bill-of-lading) and to the Office of Cargo Preference, Maritime Administration (MAR-590), 400 Seventh Street, S.W., Washington, DC, 20590.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 42 of 77
3. The Contractor further agrees to include these requirements in all subcontracts issued pursuant to
this Contract when the subcontract may involve the transport of equipment, materials or commodities by ocean liner and exceeds $100,000.
46. WARRANTY; WARRANTY OF TITLE:
A. The Contractor agrees that equipment, materials or services furnished under this Agreement, shall be covered by the most favorable warranties the Contractor gives to any customer of such equipment, materials or services and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to KCATA by any other clause in this Contract.
B. The Contractor warrants to KCATA, that all products, equipment and materials furnished under this
Contract will be of highest quality and new unless otherwise specified by KCATA, free from faults and defects and in conformance with the Contract. All work not so conforming to these standards shall be considered defective. If required by KCATA, the Contractor shall furnish satisfactory evidence as to the kind and quality of products, equipment and materials. Further, at a minimum, all such products, equipment or materials must be free of defects in workmanship or materials, merchantable, comply with all applicable specifications and laws and be suitable for its intended purposes. The workmanship must be the best obtainable in the various trades.
C. Upon final acceptance by KCATA of all work to be performed by the Contractor, KCATA shall so
notify the Contractor in writing. The date of final acceptance shall commence the warranty period. D. Warranty of Work and Maintenance
1. The Contractor warrants to KCATA, that all products, equipment and materials furnished under this Contract will be of highest quality and new unless otherwise specified by KCATA, free from faults and defects in workmanship or materials, merchantable, suitable for its intended purpose and in conformance with the Contract. All work not so conforming to these standards shall be considered defective. If required by KCATA, the Contractor shall furnish satisfactory evidence as to the kind and quality of products, equipment and materials. The work or services furnished must be of first quality and the workmanship must be the best obtainable in the various trades.
2. The work must be of safe, substantial and durable construction in all respects. The Contractor hereby guarantees the work against defective materials or faulty workmanship for a minimum period of one (1) year after final payment by KCATA and shall replace or repair any defective products, equipment or materials or faulty workmanship during the period of the guarantee at no cost to KCATA.
47. GENERAL PROVISIONS:
a. NO Third Party Beneficiaries. The parties do not intend to confer any benefit hereunder on any person, firm or entity other than the parties hereto.
b. Extensions of Time. No extension of time for performance of any Contractor obligations or acts shall be deemed an extension of time for performance of any other obligations or acts.
c. Binding Effect. This Contract shall bind and inure to the benefit of the legal representatives, successors and permitted assigns of the parties.
d. Counterparts. This Contract may be executed at different times and in two or more counterparts and all counterparts so executed shall for all purposes constitute one contract, binding on all the parties hereto, notwithstanding that all parties shall not have executed the same counterpart. And, in proving this Contract, it shall not be necessary to produce or account for more than one such counterpart executed by the party against whom enforcement is sought.
e. Interpretation; Update of Citations. Unless otherwise specified herein, (a) the singular includes
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 43 of 77
the plural and the plural the singular; (b) words importing any gender include the other genders; and (c) references to persons or parties include their permitted successors and assigns. The parties recognize and agree that many of the laws, regulations, policies, procedures and directives stated as governing the Contractor’s performance of its work or services, or the supplying of products, equipment, or materials, pursuant to this Contract are subject to updating, amendment or replacement. Therefore, all such references in this Contract are agreed by the parties to be deemed to refer to the then current updated, amended or replacement form of such laws, regulations, policies, procedures and directives in effect at the applicable time during the term of this Contract and the same are hereby incorporated into this Contract by this reference.
f. When Effective. Notwithstanding any provision contained in this Contract to the contrary, this Contract shall become effective only after the execution and delivery of this Contract by each of the parties hereto and no course of conduct, oral contract or written memoranda shall bind the parties hereto with respect to the subject matter hereof except this Contract.
g. Further Actions; Reasonableness and Cooperation by Parties; Time for Certain Actions. Each party agrees to take such further actions and to execute such additional documents or instruments as may be reasonably requested by the other party to carry out the purpose and intent of this Contract. Except where expressly stated to be in a party’s sole discretion, or where it is stated that a party has the ability to act in its sole judgment or for its own uses or purposes, wherever it is provided or contemplated in this Contract that a party must give its consent or approval to actions or inactions by the other party or a third party in connection with the transactions contemplated hereby, such consent or approval will not be unreasonably withheld or delayed. If no time period is set hereunder for a party to approve or consent to an action or inaction by the other party or a third party such approval shall be given or affirmatively withheld in writing within ten (10) business days after it is requested in writing or it shall be deemed given.
h. Time Periods. A “Business day” is a business working day of KCATA administrative personnel which are days other than a Saturday, Sunday or legal holidays observed by the KCATA for administrative personnel. If the time period by which any right or election provided under this Contract must be exercised, or by which any act required hereunder must be performed, expires on a day which is not a business day, then such time period shall be automatically extended through the close of business on the next regularly scheduled business day.
i. Survival. In addition to any provisions expressly stated to survive termination of this Contract, all provisions which by their terms provide for or contemplate obligations or duties of a party which are to extend beyond such termination (and the corresponding rights of the other party to enforce or receive the benefit thereof) shall survive such termination.
j. Authority of Signatories. Any person executing this Contract in a representative capacity represents and warrants that such person has the authority to do so and, upon request, will furnish proof of such authority in customary form.
Contractor’s Initials _______________________
KCATA’s Initials _______________________
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 44 of 77
SECTION 6 – ATTACHMENTS
DOCUMENT/FORM REQUIREMENTS
The following form(s) marked with is/are required to be submitted with your IFB to be considered responsive. As a
responsible/responsive supplier you are required to submit the noted document(s) to the Buyer Representative by the closing
date and time of the IFB.
Attachment A – Vendor Registration
Attachment B – Affirmative Action Certification Process
Attachment C - Schedule of Participation by Contractor & Subcontractors
Attachment D - Travel Policy & Hotel Rates for Contractors
Attachment E.1 – EEO-1 Workforce Analysis Report
Attachment E.2 – Letter of Intent to Subcontract
Attachment E.3 – Contractor Utilization – Request for Waiver
Attachment F.1 - Affidavit of Primary Participants Regarding Employee Eligibility Verification
Attachment F.2 - Affidavit of Lower-Tier Participants Regarding Employee Eligibility
Verification
Attachment G.1 – Certification of Primary Participant Regarding Debarment, Suspension, and
Other Responsibility Matters
Attachment G.2 – Certification of Lower-Tier Participants Regarding Debarment, Suspension,
and Other Ineligibility and Voluntary Exclusion
Attachment H.1 – Certification of Primary Participants Regarding Restrictions on Lobbying
Attachment H.2 – Certification of Lower-Tier Participants Regarding Restrictions on Lobbying
Attachment I – Buy America Certification Form
Attachment J – References
Attachment K – Bid Response Form
Attachment L – Vehicle Information
Attachment M – Vehicle Drawing Specifications
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 45 of 77
ATTACHMENT A KCATA VENDOR REGISTRATION FORM
Thank you for your interest in doing business with the Kansas City Area Transportation Authority. To be placed on the KCATA Registered Vendors List for goods and services, please complete this form in its entirety and return it to the KCATA Procurement Department. Submittal of this registration form will place
your company on the KCATA Registered Vendor List, but does not guarantee a solicitation. The list will be periodically purged. If you do not receive solicitations, inquire to confirm that your company remains on our list. Current business opportunities can be found in the “Doing Business with KCATA” section of our
website, www.kcata.org.
Firms are required to submit this information to KCATA once. However, it is your responsibility to notify KCATA of any changes to your business that may
affect your registration (i.e. address, contact information).
Legal Entity Name: Phone:
Doing Business As: Toll-free Phone:
Physical Address: Fax:
City: Email:
State: Zip: Website:
Contact Person Name: Title:
Contact Phone: Contact Email:
Mailing Address: Phone:
City: Fax:
State: Zip: Comments:
Business Type: Individual Partnership Corporation
Limited Liability Company Other (Explain)
If Incorporated, in Which
State: Federal Tax ID No:
Years in Business: Years in Business Under Current
Name:
Does your firm have a Data Universal Numbering System (DUNS) number as a Federal contractor? If so,
please provide. DUNS numbers may be obtained free of charge from Dun & Bradstreet at 1-866-705-5711 or at www.fedgov.dnb.com/webform.
DUNS # ____________________
Annual Gross Receipts. This
information is required by U. S.
Department of Transportation and
Vendors will be requested to update
this information on a regular basis.
Less than $250,000 $250,000 to $500,000 $500,000 to $1 Million
$1 Million to 5 Million $5 Million to 10 Million More than $10 Million
Standard Invoice Terms: Due Days Discount Days Percent
Please provide a description of the goods and services you are interested in providing to KCATA. Include the corresponding North America Industry
Classification System (NAICS) Codes for your business type. For a listing of the codes visit U.S. Small Business Administration’s website at
http://www.sba.gov/content/small-business-size-standards.
NAICS CODE(S) : NAICS CODE(S):
NAICS CODE(S): NAICS CODE(S):
IFB #15-3124-32
Vehicle Paint Supplies Page 46 of 77
1. Is your firm a Disadvantaged Business Enterprise (DBE) based on the definitions and U.S.
Department of Transportation certification guidelines in 49 CFR Part 26? If YES, submit a copy of a copy of your current certification from your state’s UCP.
YES NO ENCLOSED
2. Is your firm a Small Business Enterprise (SBE) as defined by the U.S. Small Business
Administration’s Small Business Size Guidelines and 13 CFR 121? For further information on 13 CFR
121 and SBE designation refer to SBA’s website at http://www.sba.gov/content/small-business-size-
standards
YES NO ENCLOSED
3. Is your firm a Woman-Owned Business Enterprise (WBE) or Minority Owned Business Enterprise
(MBE) certified by a nationally recognized organization? If YES, please provide a copy of your certification documentation.
YES NO ENCLOSED
4. Does your firm meet any of these other federal business classifications? If YES, please provide a copy of certification documents.
Service Disabled, Veteran Owned Business
HubZone Program Certified
SBA 8(a) Certified Business
Other _____________________________
DBE/SBE CERTIFICATION: The KCATA participates in the U. S. Department of Transportation’s DBE and SBE programs. Certification in these programs is based on the regulations in 49 CFR Part 26. If your firm is interested in becoming a certified DBE or SBE, please contact KCATA’s Contracting/Supplier
Diversity Coordinator at (816) 346-0224 or via email at [email protected]
WORKER ELIGIBILITY AFFIDAVIT: As required by §285.500 RSMo, et seq., any business contracting to perform work in excess of $5,000 for the
KCATA shall provide a sworn affidavit affirming: (1) its enrollment and participation in a federal work authorization program such as U. S. Department of
Homeland Security’s E-Verify, accompanied by corresponding documentation to evidence its enrollment in that program; and (2) that it does not knowingly employ any person who does not have the legal right or authorization under federal law to work in the United States. Prior to being awarded any contract with
KCATA, you will be required to furnish proof of your firm’s participation in such program.
VENDOR CERTIFICATION: I certify that information supplied herein (including all pages attached) is correct and that neither the business entity nor any
person in any connection with the business entity as a principal or officer, so far as known, is now debarred or otherwise declared ineligible from bidding for
furnishing materials, supplies, or services to the Kansas City Area Transportation Authority or declared ineligible to participate in federally funded projects.
Signature
Date
Printed Name
Title
The following documents must be returned:
Completed Vendor Registration Form
KCATA Workforce Analysis/EEO-1 Report
Affidavit of Civil Rights Compliance (found on KCATA’s website as Attachment B)
Return completed Vendor Registration Packet to Kansas City Area Transportation Authority,
Procurement Department, 1350 East 17th Street, Kansas City, MO 64108
Fax: (816) 346-0336 or email: [email protected]
NOTE: Vendors will be required to submit a signed IRS W9 form
prior to authorization of any purchase.
A foreign corporation may not transact business in Missouri until it obtains a Certificate of Authority.
To apply, you must use the forms provided by the Missouri Secretary of State’s office, as required by law.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 47 of 77
ATTACHMENT B
AFFIDAVIT OF CIVIL RIGHTS COMPLIANCE
STATE OF _____________________
COUNTY OF ___________________
On this _____ day of _________________, 20___, before me appeared _____________________, personally known
by me or otherwise proven to be the person whose name is subscribed on this affidavit and who, being duly sworn,
stated as follows: I am the _____________________ (title) of _____________________ (business entity) and I am
duly authorized, directed or empowered to act with full authority on behalf of the business entity in making this
affidavit.
I hereby swear or affirm that the business entity complies with the following:
A. Nondiscrimination. In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section
303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with
Disabilities Act of 1990, 42 U.S. C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees
that it will not discriminate against any employee or applicant for employment because of race, color, creed,
national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal
implementing regulations and other implementing regulations that the Federal Transit Administration (FTA) may
issue.
B. Equal Employment Opportunity. The following equal employment opportunity requirements apply to this
Contract:
3. Race, Color, Creed, National Origin or Sex. In accordance with Title VII of the Civil Rights Act, as amended,
42. U.S.C. §2000e, et seq., and Federal transit laws at 49 U.S.C. §5332, the Contractor agrees to comply with
all applicable equal opportunity requirements of the U.S. Department of Labor (U.S. DOL) regulations,
“Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor”
41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, “Equal Employment Opportunity,”
as amended by Executive Order No. 11375, “Amending Executive Order 11246 Relating to Equal
Employment Opportunity,” 42 U.S.C. 2000e note), and with any applicable Federal statutes, executive orders,
regulations, and Federal policies that may in the future affect activities undertaken in the course of the
Contract. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that
employees are treated during employment, without regard to their race, color, creed, sex, sexual orientation,
gender identity, national origin, disability or age. Such action shall include, but not be limited to, the
following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or
termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship.
In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.
4. Age. In accordance with Section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29
U.S.C. § 623 and Federal transit law at 49 U.S.C. §5332, the Contractor agrees to refrain from discrimination
against present and prospective employees for reason of age. In addition, the Contractor agrees to comply
with any implementing requirements FTA may issue.
5. Disabilities. In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C.
§12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment
Opportunity Commission, “Regulations to Implement the Equal Employment Provisions of the Americans
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 48 of 77
with Disabilities Act,” 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In
addition, the Contractor agrees to comply with any implementing requirements FTA may issue.
____________________________________________________
Affiant’s Signature Date
Subscribed and sworn to me before this ________ day of ___________, 20___.
____________________________________________________
Notary Public Signature Date
My Commission expires: ____________________________
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 49 of 77
ATTACHMENT C SCHEDULE OF PARTICIPATION BY CONTRACTOR & SUBCONTRACTORS
Project # ___________________ Description: ____________________________ Date: ______________
Form must be submitted for each prospective offeror and submitted with proposal
PRIME CONTRACTOR
Name and Address Telephone No.
Fax No.
Type of Work
To Be Performed
NAICS
Code
Value of
Work
DBE %
Participation
$ %
PARTICIPATION BY SUBCONTRACTOR(S) AND MAJOR SUPPLIERS - DBE & NON-DBE
Name and Address Telephone No.
Fax No.
Type of Work
To Be Performed
NAICS
Code
Value of
Work
DBE %
Participation
$ %
$ %
$ %
$ %
$ %
TOTAL VALUE OF WORK $ _____________
TOTAL CONTRACT VALUE OF WORK
(FROM BID FORM) $______________
TOTAL DBE PARTICIPATION $______________
TOTAL PERCENTAGE OF DBE PARTICIPATION _______________%
THE UNDERSIGNED WILL ENTER INTO A FORMAL AGREEMENT WITH THE SUBCONTRACTOR(S) FOR
THE WORK LISTED ON THIS SCHEDULE.
Prime Contractor (Type/Print) ________________________________________ Date ____________________
Authorized Signature _______________________________________ Title _____________________________
Name (Type/Print) _____________________________ Telephone #/Fax # ______________________________
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 50 of 77
ATTACHMENT D
TRAVEL POLICY & HOTEL RATES
FOR CONTRACTORS
General Policy
Contractors will be reimbursed for authorized and documented expenses incurred while conducting KCATA
business. Expenses for a traveler’s companion are not eligible for reimbursement. Contractors are expected to
make prudent business decisions and comparison shop for airfares, rental cars, lodging, etc., and to keep in mind
that they are being reimbursed with public monies.
Receipts, paid bills or other documentary evidence for expenditures must be submitted with requests for
reimbursement. The request for reimbursement must clearly indicate the amount, date, place and essential
character of the expenditures.
The KCATA reserves the right to modify this travel policy with proper notification to Contractors.
1. Airfare: Commercial airline, coach class seating only. When possible, trips should be planned far enough
in advance to assure purchase discounts.
2. Lodging: The KCATA has negotiated special rates at specific hotels. Contractors may stay at the hotel of
their choice, but will be reimbursed no more than the special rate for a single room at the KCATA designated
hotels, which is a maximum daily amount of $106.00 plus tax.
3. Meals: The actual costs of meals, including tips of generally 15-17%, will be reimbursed up to a maximum
of $61 a day. Alcoholic beverages are not an eligible reimbursable expense.
4. Auto Rental: Rental or leased vehicles will not be reimbursed unless pre-approved in writing by KCATA in
advance. The class of auto selected, if authorized, should be the lowest class appropriate for the intended use
and number of occupants.
5. Telephone: Project-related, long-distance business calls will be reimbursed.
6. Number of Trips to Travel Home on Weekends: When extended stays in Kansas City are required, the
KCATA will reimburse for trips home on weekends only every third weekend. In some instances, KCATA
may require relocation of an employee to Kansas City.
7. Taxis, Airport Shuttles, Public Transportation: Transportation between the airport and hotel will be
reimbursed. Contractors should consider the number in their party and compare taxi rates to airport shuttle
fees when the shuttle serves the hotel.
8. Personal Vehicle: Mileage for usage of personal vehicles for business travel outside the seven-county Kansas
City metropolitan area (Clay, Cass, Jackson and Platte Counties in Missouri; Johnson, Wyandotte and Douglas
counties in Kansas) will be reimbursed at KCATA’s current rate of 57.5 cents per mile (based on IRS’ 2015
established rate).
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 51 of 77
ATTACHMENT E.1 – EEO-1 / WORK FORCE ANALYSIS REPORT Report all permanent, temporary, or part-time employees including apprentices and on-the-job trainees.
Enter the appropriate figures on all lines and in all columns. All blank spaces will be considered zero.
Job
Categories
Number of Employees (Report employees in only one category)
Race/Ethnicity
Hispanic or Latino Not Hispanic or Latino
Total
Col
A-N
Male Female
Male Female White
Black or
African
American
Native
Hawaiian or
Other
Pacific
Islander
Asian
America
n Indian
or
Alaska
Native
Two or more
races White
Black or
African
American
Native
Hawaiian
or Other
Pacific
Islander
Asian
America
n Indian
or
Alaska
Native
Two or
more
races
A B C D E F G H I J K L M N O
Executive/Senior-Level
Officials and Managers
First/Mid-Level Officials and
Managers
Professionals Technicians Sales Workers Administrative Support Workers Craft Workers Operatives Laborers and Helpers Service Workers TOTAL PREVIOUS YEAR TOTAL
TYPE OF VEHICLE
INESS Manufacturing Wholesale Construction Regular Dealer Selling Agent Service Establishment Other
Signature of Certifying Official Company Name
Printed Name and Title Address/City/State/Zip Code
Date Submitted Telephone Number/Fax Number
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 52 of 77
GUIDELINES FOR WORKFORCE ANALYSIS
DEFINITIONS: Contractor shall apply the following definitions to the categories in KCATA’s Workforce Analysis/EEO-1
Report form.
RACIAL/ETHNIC
1. WHITE (not of Hispanic origin): All persons having origins in any of the original peoples of Europe, North Africa,
or the Middle East.
2. BLACK (not of Hispanic origin): All persons having origins in any of the Black racial groups of Africa.
3. HISPANIC: All persons of Mexican, Puerto Rican, Cuban, Central or South American origin, regardless of race.
4. ASIAN or PACIFIC ISLANDER: All persons having origins in any of the original peoples of the Far East, Southeast
Asia, the Indian Subcontinent, or the Pacific Islands. This area includes, for example, China, Japan, Korea, the
Philippine Islands, and Samoa.
5. AMERICAN INDIAN or ALASKAN NATIVE: All persons having origins in any of the original peoples of North
America, and who maintain cultural identification through tribal affiliation or community recognition.
JOB CATEGORIES
1. OFFICIALS and MANAGERS: Includes chief executive officers, presidents, vice-presidents, directors and kindred
workers.
2. PROFESSIONALS: Includes attorneys, accountants and kindred workers.
3. TECHNICIANS: Includes computer programmers and operators, drafters, surveyors, highway technicians, inspectors
and kindred workers.
4. SALES WORKERS: Includes contract sales representatives, purchasing agents, customer relations representatives
and kindred workers.
5. OFFICE and CLERICAL: Includes secretaries, book-keepers, clerk typists, payroll clerks, accounts payable clerks,
receptionists, switchboard operators and kindred workers.
6. CRAFT WORKERS (skilled): Includes mechanics and repairers, electricians, carpenters, plumbers and kindred
workers.
7. OPERATIVES (semi-skilled): Includes bricklayers, plaster attendants, welders, truck drivers and kindred workers.
8. LABORERS (unskilled): Includes laborers performing lifting, digging, mixing, loading and pulling operations and
kindred workers.
9. SERVICE WORKERS: Includes janitors, elevator operators, watchmen, chauffeurs, attendants and kindred workers.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 53 of 77
ATTACHMENT E.2
LETTER OF INTENT TO SUBCONTRACT
(To be completed for Each DBE Subcontractor on Project)
Project Number
Project Title
______________________________________ (“Prime Contractor”) agrees to enter into a contractual
agreement with ________________________________________ (“DBE Subcontractor”), who will provide the
following goods/services in connection with the above-referenced contract:
(Insert a brief narrative describing the goods/services to be provided. Broad categorizations (e.g., “electrical,”
“plumbing,” etc.) or the listing of the NAICS Codes in which DBE Subcontractor is certified are insufficient and
may result in this Letter of Intent to Subcontract not being accepted.)
for an estimated amount of $__________________ or ___________% of the total estimated contract value.
DBE Subcontractor is currently certified with the Missouri Regional Certification Committee (MRCC) to perform
in the capacities indicated herein. Prime Contractor agrees to utilize DBE Subcontractor in the capacities
indicated herein, and DBE Subcontractor agrees to work on the above-referenced contract in the capacities
indicated herein, contingent upon award of the contract to Prime Contractor.
Signature: Prime Contractor Signature: DBE Subcontractor
Print Name Print Name
Title Date Title Date
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 54 of 77
ATTACHMENT E.3 CONTRACTOR UTILIZATION PLAN/REQUEST FOR WAIVER
Project Number Project Title
Prime Contractor
STATE OF ____________________)
) SS
COUNTY OF __________________)
I, _______________________________, of lawful age and upon my oath state as follows:
1. This Affidavit is made for the purpose of complying with the provisions of the Disadvantaged Business Enterprise (DBE)
submittal requirements on the above project and the DBE Program and is given on behalf of the Bidder/Proposer listed
below. It sets out the Bidder/Proposer’s commitment to utilize DBE contractors on the project.
2. The project goal for DBE Participation is __________ %. Bidder/Proposer assures that it will utilize a minimum of the
following percentages of DBE participation in the above project:
BIDDER/PROPOSER DBE PARTICIPATION COMMITMENT: ________%
3. The following are the DBE subcontractors whose utilization Bidder/Proposer warrants will meet or exceed the above-
listed Bidder/Proposer Participation. Bidder/Proposer warrants that it will utilize the DBE subcontractors to provide the
goods/services described in the applicable Letter(s) of Intent to Subcontract, (copies of which shall collectively be
deemed incorporated herein). All firms must currently be certified with the Missouri Regional Certification Committee
(MRCC) under 49 CFR Part 26. List additional DBEs, if any, on an additional page and attach to this form.
a.
Name of DBE Firm % of Work
Address
Telephone No.
Taxpayer ID No.
b.
Name of DBE Firm % of Work
Address
Telephone No.
Taxpayer ID No.
c.
Name of DBE Firm % of Work
Address
Telephone No.
Taxpayer ID No.
TOTAL DBE $ AMOUNT ON PROJECT: $____________
TOTAL DBE % COMMITTED TO PROJECT: ____________ %
4. Bidder/Proposer acknowledges that the monetary amount to be paid each listed DBE for their work, and which is
approved herein, is an amount corresponding to the percentage of the total contract amount allocable to each listed DBE
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 55 of 77
as calculated in the Schedule of Participation by Contractor and Subcontractors form. Bidder/Proposer further
acknowledges that this amount may be higher than the subcontract amount listed therein as change orders and/or
amendments changing the total contract amount may correspondingly increase the amount of compensation due a DBE
for purposes of meeting or exceeding the Bidder/Proposer participation commitment.
5. Bidder/Proposer acknowledges that it is responsible for considering the effect that any change orders and/or amendments
changing the total contract amount may have on its ability to meet or exceed the Bidder/Proposer participation.
Bidder/Proposer further acknowledges that it is responsible for submitting a Request for Modification or Substitution
form if it will be unable to meet or exceed the Bidder/Proposer participation set forth herein.
6. If Bidder/Proposer has not achieved the DBE commitment set for this Project, Bidder/Proposer hereby requests a waiver
of the DBE commitment that Bidder/Proposer has failed to achieve.
7. Bidder/Proposer will present documentation of its good faith efforts, a narrative summary detailing its efforts and the
reasons its efforts were unsuccessful when requested by KCATA.
8. I hereby certify that I am authorized to sign this Affidavit on behalf of the Bidder/Proposer named below and who shall
abide by the terms set forth herein:
Bidder/Proposer Primary Contact:
Address:
Phone Number: Facsimile Number:
E-mail Address:
By
(Signature)
Title
Date
(Attach corporate seal if applicable)
NOTARY:
Subscribed and sworn to before me this ______ day of ___________________, 20__.
My Commission Expires: __________________
_______________________________
Notary Public (Seal)
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 56 of 77
ATTACHMENT F.1 AFFIDAVIT OF PRIMARY PARTICIPANTS
COMPLIANCE WITH SECTION 285.500 RSMO, ET SEQ.
REGARDING EMPLOYEE ELIGIBILITY VERIFICATION
STATE OF _________________________
COUNTY OF _______________________
On this ________ day of ________________, 20 _____, before me appeared
_______________________________________, personally known by me or otherwise proven to be the person
whose name is subscribed on this affidavit and who, being duly sworn, stated as follows: I am the
_________________ (title) of _____________________________ (business entity) and I am duly authorized,
directed or empowered to act with full authority on behalf of the business entity in making this affidavit.
I hereby swear or affirm that the business entity does not knowingly employ any person in connection
with the contracted services who does not have the legal right or authorization under federal law to work in the
United States as defined in 8 U.S.C. §1324a(h)(3).
I hereby additionally swear or affirm that the business entity is enrolled in an electronic verification of
work program operated by the United States Department of Homeland Security (E-Verify) or an equivalent federal
work authorization program operated by the United States Department of Homeland Security to verify information
of newly hired employees, under the Immigration Reform and Control Act of 1986, and that the business entity
will participate in said program with respect to any person hired to perform any work in connection with the
contracted services.
I have attached hereto documentation sufficient to establish the business entity’s enrollment and
participation in the required electronic verification of work program. I shall require that the language of this
affidavit be included in the award documents for all sub-contracts exceeding $5,000.00 at all tiers and that all
subcontractors at all tiers shall affirm and provide documentation accordingly.
_________________________________
Affiant’s signature
Subscribed and sworn to before me this _________ day of ________________, 20____
________________________________________
Notary Public
My Commission expires:
NOTE: An example of acceptable documentation is the E-Verify Memorandum of Understanding (MOU)
– a valid, completed copy of the first page identifying the business entity and a valid copy of the signature
page completed and signed by the business entity, the Social Security Administration and the Department
of Homeland Security.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 57 of 77
ATTACHMENT F.2 AFFIDAVIT OF LOWER-TIER PARTICIPANTS
COMPLIANCE WITH SECTION 285.500 RSMO, ET SEQ.
REGARDING EMPLOYEE ELIGIBILITY VERIFICATION
STATE OF _________________________
COUNTY OF _______________________
On this ________ day of __________________, 20_____, before me appeared
_______________________________________, personally known by me or otherwise proven to be the person
whose name is subscribed on this affidavit and who, being duly sworn, stated as follows: I am the
__________________ (title) of _____________________________ (business entity) and I am duly authorized,
directed or empowered to act with full authority on behalf of the business entity in making this affidavit.
I hereby swear or affirm that the business entity does not knowingly employ any person in connection
with the contracted services who does not have the legal right or authorization under federal law to work in the
United States as defined in 8 U.S.C. §1324a(h)(3).
I hereby additionally swear or affirm that the business entity is enrolled in an electronic verification of
work program operated by the United States Department of Homeland Security (E-Verify) or an equivalent federal
work authorization program operated by the United States Department of Homeland Security to verify information
of newly hired employees, under the Immigration Reform and Control Act of 1986, and that the business entity
will participate in said program with respect to any person hired to perform any work in connection with the
contracted services.
I have attached hereto documentation sufficient to establish the business entity’s enrollment and
participation in the required electronic verification of work program. I shall require that the language of this
affidavit be included in the award documents for all sub-contracts exceeding $5,000.00 at all tiers and that all
subcontractors at all tiers shall affirm and provide documentation accordingly.
_________________________________
Affiant’s signature
Subscribed and sworn to before me this _________ day of ________________, 20____
________________________________________
Notary Public
My Commission expires:
NOTE: An example of acceptable documentation is the E-Verify Memorandum of Understanding (MOU)
– a valid, completed copy of the first page identifying the business entity and a valid copy of the signature
page completed and signed by the business entity, the Social Security Administration and the Department
of Homeland Security.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 58 of 77
ATTACHMENT G.1 CERTIFICATION OF PRIMARY PARTICIPANT
REGARDING DEBARMENT, SUSPENSION, AND OTHER
RESPONSIBILITY MATTERS
The Primary Participant (applicant for an FTA grant or cooperative agreement, or potential Contractor for a major third
party contract), certifies to the best of its knowledge and belief, that it
and its principals:
1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from
covered transactions by any Federal department or agency;
2. Have not within a three-year period preceding this bid, been convicted of or had a civil judgment rendered against
them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or
performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal
or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of
records, making false statements, or receiving stolen property;
3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or
local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and
4. Have not within a three-year period preceding this application/bid had one or more public transactions (Federal,
State or local) terminated for cause or default.
If the primary participant (applicant for FTA grant, or cooperative agreement, or potential third party Contractor) is unable
to certify to any of the statements in this certification, the participant shall attach an explanation to this certification.
THE PRIMARY PARTICIPANT (APPLICANT FOR AN FTA GRANT OR COOPERATIVE AGREEMENT,
OR POTENTIAL CONTRACTOR FOR A MAJOR THIRD PARTY CONTRACT),
CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF
THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND
UNDERSTANDS THAT THE PROVISIONS OF 31 U.S.C., SECTIONS 3801 ET SEQ. ARE APPLICABLE
THERETO.
Signature and Title of Authorized Official
Date
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 59 of 77
ATTACHMENT G.2 CERTIFICATION OF LOWER-TIER PARTICIPANTS REGARDING
DEBARMENT, SUSPENSION, AND OTHER INELIGIBILITY
AND VOLUNTARY EXCLUSION
The Lower Tier Participant (potential sub-grantee or sub-recipient under an FTA project, potential third party Contractor,
or potential subcontractor under a major third party contract) ,
certifies, by submission of this bid, that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department
or agency.
If the Lower Tier Participant (potential sub-grantee or sub-recipient under an FTA project, potential third party
Contractor, or potential subcontractor under a major third party contract) is unable to certify to any of the statements in
this certification, such participant shall attach an explanation to this bid.
THE LOWER-TIER PARTICIPANT (POTENTIAL SUB-GRANTEE OR SUB-RECIPIENT UNDER AN FTA
PROJECT, POTENTIAL THIRD PARTY CONTRACTOR, OR POTENTIAL SUBCONTRACTOR UNDER
A MAJOR THIRD PARTY CONTRACT), , CERTIFIES
OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS
SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS OF
31 U.S.C., SECTIONS 3801 ET SEQ. ARE APPLICABLE THERETO.
Signature and Title of Authorized Official
Date
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 60 of 77
ATTACHMENT H.1 CERTIFICATION OF PRIMARY PARTICIPANTS
REGARDING RESTRICTIONS ON LOBBYING
I, (Name and Title of Grantee Official or Potential Contractor for a
Major Third Party Contract), hereby certify on behalf of (Name of
Grantee or Potential Contractor) that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with
the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the
entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal
contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form
LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the award documents for
all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and
cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance is placed when this transaction was made or
entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by
Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil
penalty of not less than $10,000 and not more than $100,000 for each such failure.
Executed this day of 20
By
Signature of Authorized Official
Title of Authorized Official
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 61 of 77
ATTACHMENT H.2 CERTIFICATION OF LOWER-TIER PARTICIPANTS
REGARDING RESTRICTIONS ON LOBBYING
I, (Name and Title of Grantee Official or Potential Subcontractor
under a Major Third Party Contract), hereby certify on behalf of
(Name of Grantee or Potential Subcontractor) that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with
the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the
entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing
or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with this Federal contract,
grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL,
"Disclosure Form to Report Lobbying," in accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the award documents for
all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and
cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance is placed when this transaction was made or
entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by
Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil
penalty of not less than $10,000 and not more than $100,000 for each such failure.
Executed this day of , 20 .
By
Signature of Authorized Official
Title of Authorized Official
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 62 of 77
ATTACHMENT I
BUY AMERICA CERTIFICATION FORM
For Steel or Manufactured Products
Other Than Rolling Stock
Certificate of Compliance with Buy America Requirements
The bidder hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(1), and the applicable
regulations in 49 CFR part 661.
Date: ______________________________________
Signature: __________________________________
Company: __________________________________
Name: _____________________________________
Title: ______________________________________
Certificate of Non-Compliance with Buy America Requirements
The bidder hereby certifies that it cannot meet the requirements of 49 U.S.C. 5323(j), but it may qualify
for an exception to the requirements consistent with 49 U.S.C. 5323(j)(2) as amended, and the applicable
regulations in 49 CFR 661.7.
Date: ______________________________________
Signature: __________________________________
Company: __________________________________
Name: _____________________________________
Title: ______________________________________
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 63 of 77
Attachment J - REFERENCES
IFB No. 15-3133-33
Work accomplished by Contractor which best illustrates current qualification relevant to this project:
1.
Job Description:
Contract Amount:
Time to Complete Job:
Owner & Location:
Contact Name: Telephone No.:
E-mail Address: Contract Date: to
2.
Job Description:
Contract Amount:
Time to Complete Job:
Owner & Location:
Contact Name: Telephone No.:
E-mail Address: Contract Date: to
3.
Job Description:
Contract Amount:
Time to Complete Job:
Owner & Location:
Contact Name: Telephone No.:
E-mail Address: Contract Date: to
4.
Job Description:
Contract Amount:
Time to Complete Job:
Owner & Location:
Contact Name: Telephone No.:
E-mail Address: Contract Date: to
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 64 of 77
ATTACHMENT K
Bid Response Form
PRICING TABLE 1: REQUIRED PRICING
The bidder shall complete the following pricing table(s) and provide firm, fixed pricing necessary to meet the requirements
of the IFB.
Material Unit of
Measure Unit Cost
Estimated
Quantity
Extended Cost (Unit Cost x Qty)
Prepress and set up fees Total $ 1 $
Vehicle Wrap for Chevy Impala Sedans Each $ 18 $
Vehicle Wrap for Ford Elevation E-350 Cutaways Each $ 41 $
Wrap Installation Services for Impala Sedans Each $ 18 $
Wrap Installation Services for E-350 Cutaways Each $ 41 $
GRAND TOTAL: $
PRICING TABLE 2: OTHER REQUIRED PRICING
The bidder must state below all other applicable costs necessary to satisfy the requirements of the IFB. Unless stated in this Pricing Section, the KCATA shall assume that absolutely no other fees, expenses or charges, will be assessed to the KCATA whatsoever in connection with the products/services provided herein and to satisfy the IFB requirements.
DESCRIPTION/COMMENTS UNIT OF
MEASURE UNIT PRICE
Guaranteed Not to Exceed Travel Expense in accordance with
the Attachment D Travel Policy & Hotel Rates for Contractors TOTAL $
The undersigned, acting as an authorized agent or officer for the Bidder, does hereby agree to the following:
1. The offer submitted is complete and accurate, including all forms required for submission in accordance with the terms and conditions listed in this Invitation For Bids and any subsequent Addenda. The Bidder shall immediately notify the KCATA in the event of any change.
2. The quantities specified are based upon the best available estimates and do not determine the actual amount the Authority shall order during the contract period. The quantities are subject to change. Payments will be based on actual quantities order based on the unit rates quoted.
3. The undersigned agrees to furnish and deliver the items or perform services as described herein for the consideration stated in accordance with the terms and conditions listed in the KCATA IFB. The rights and obligations of the parties to any resultant purchase order/contract shall be subject to and governed by this document and any documents attached or incorporated herein by reference.
Company Name (Type / Print) Date
Street Address City / State / Zip
X
Authorized Signature Title
Name (Type / Print)
Telephone # Facsimile #
E-mail Address
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 65 of 77
ATTACHMENT K ~ continued
The bidder should verify the ability to fulfill the requirements of the IFB and provide any explanation of any
deviation from the specifications.
Compliant
with / will
Fulfill
Requirement
Additional
Paragraph
# Description of Specification/Requirement YES or NO Explanatory Comments
1. Purpose:
A. …A total of 12 vehicles must be wrapped prior
to March 4, 2016. The remaining 47 vehicles
must be wrapped prior to expiration of the
contract at a schedule mutually agreed to
between the contractor and KCATA.
B. The bidders must provide both the provision of
the vehicle wraps as well as the provision of
the installation services for the wraps (i.e., an
all or none contract award to the lowest,
responsible and responsive bidder).
2. Term:
A. The term of this agreement shall include
provision of the Vehicle Wraps & Installation
Services specified herein for a period of two
(2) years from date of contract award.
4. Vehicle Wraps:
A. The contractor shall provide vehicle wraps
with the substrate material of Vinyl 3M 180
CV3 with Laminate 8518 Lusterlam or an
approved equal. Refer to Attachment N for
Wrap Design Artwork. All artwork is scaled:
1/48, ¼”=1’.
B. The vehicle wraps shall be for two sized
vehicles: the Chevrolet Impala (model years
2012 to 2014) and the Ford Elevation E-350
Cutaway (model years 2012 to 2015).
1) The vehicle wraps for the Chevy Impala
sedans shall be a full vehicle wrap to include
additional wrap material for the entire roof top.
Measurements for the Chevy Impala can be
found in Attachment M. There may be some
design layout differences between the various
model years that will require some adjustments
and modifications to the wrap design and
installation which shall be accommodated by
the contractor.
2) The vehicle wraps for the Ford Elevation E-
350 Cutaway shall include additional wrap
material for vehicle top rollover (e.g., not to
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 66 of 77
Compliant
with / will
Fulfill
Requirement
Additional
Paragraph
# Description of Specification/Requirement YES or NO Explanatory Comments
cover the entire roof): the wrap top roll over
shall be 17 inches from the top of the drip rail
to the top seam on the top of the Cutaway
vehicle, where the wrap would stop.
Measurements for the E-350 Cutaway can be
found in Attachment M. There may be some
design layout differences between the various
model years that will require some adjustments
and modifications to the wrap design and
installation which shall be accommodated by
the contractor.
C. The vehicle wraps shall be in the following
colors listed below. The contractor must
provide a proof sample sheet on the wrap
material to be used to KCATA prior to
production of any order so that KCATA can
verify and approve the colors utilized. The
contractor must receive written approval from
KCATA on the proof sample. If the ordered
wraps received deviates from the approved
proof sample, then the KCATA reserves the
right to reject the wrap order and require the
contractor, at the contractor’s expense, to
replace the wraps:
1) Pantone 301C
2) White: C:0 M:0 Y:0 K:0
3) Black: C:0 M:0 Y:0 K:100
4) Pantone Cool Gray 4C
5) Pantone 369C
5. Vehicle Wrap Orders and Delivery:
A. It is the intent of KCATA to order initially 12
wraps that will be a mix of the two vehicle
types (such as 4 of the Chevy Impala Sedan
wraps and 8 of the Ford Elevation E-350
vehicle wraps) from the contractor; however,
KCATA reserves the right to order more or
less depending upon the need during this
rebranding project. The contractor shall not
require a minimum order amount. The
contractor shall deliver the wraps to KCATA
within seven (7) calendar days of receipt of
order.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 67 of 77
Compliant
with / will
Fulfill
Requirement
Additional
Paragraph
# Description of Specification/Requirement YES or NO Explanatory Comments
B. The contractor shall individually package the
wraps and clearly label each package to
indicate either it is a “Paratransit Sedan Wrap”
or a “Paratransit E-350 Cutaway Wrap”. The
contractor shall accommodate any additional
labeling needs.
6. Warranty on Wraps:
A. KCATA requires a minimum warranty terms
of three (3) years for the wrap quality and that
the wrap is free of defects.
B. All vehicle wraps which do not comply with
the specifications and/or requirements or
which are otherwise unacceptable quality or
color or defective may be rejected. In addition,
all wraps which are discovered to be defective
or which do not conform to any warranty of
the contractor upon inspection (or at any later
time if the defects contained were not
reasonably ascertainable upon the initial
inspection) may be rejected.
C. The KCATA reserves the right to return any
such rejected shipment at the contractor's
expense for full credit or replacement and to
specify a reasonable date by which
replacements must be received. The KCATA's
right to reject any unacceptable equipment,
supplies, and/or services shall not exclude any
other legal, equitable or contractual remedies
the KCATA may have.
D. Pass-Through of Warranties: The contractor
shall identify in writing all third-party
warranties that the bidder receives in
connection with any Product provided to
KCATA. The contractor hereby passes
through the benefits of all such warranties,
provided that nothing in this section shall
reduce or limit the bidder’s obligations under
this contract.
7. Installation Services:
A. The contractor will be responsible for the
placement of full wraps on vehicle types
specified herein. The KCATA shall ensure
that the vehicles have been properly cleaned
prior to releasing the vehicles to the contractor
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 68 of 77
Compliant
with / will
Fulfill
Requirement
Additional
Paragraph
# Description of Specification/Requirement YES or NO Explanatory Comments
for wrap installation. The contractor shall
remove any decals and advertisements on the
vehicles prior to placing the wraps on the
vehicles. The contractor shall document what
decals and advertisements were removed and
inform the KCATA project manager. Prior to
proceeding with the initial wrap installation,
the contractor shall meet with the KCATA
project manager to review the vehicle to be
wrapped and receive any guidance instruction
on the wrap layout. Upon completion of the
wrap installation, the contractor must notify
the KCATA project manager and have the
wrap installation inspected and approved by
the KCATA project manager before
proceeding with the next wrap installation.
B. The contractor shall be responsible for cutting
out and trimming the wraps as appropriate for
the various vehicle features (such as cutting
out window and door entry areas; trimming
around light fixtures, trimming around door
handles, wheelchair access latches, emblems,
etc.).
C. The installation of the wraps shall be
performed on-site at a facility area provided by
KCATA. Workspace will be provided indoors,
on-site at KCATA. Space will be available in
KCATA’s bus storage building, where the
lighting may not be optimal for installation.
Contractors may want to assess and determine
whether additional lighting should be planned
prior to start of services. Any additional
lighting needs shall be the responsibility and
expense of the contractor. KCATA shall
provide electrical outlets/extension cords as
needed, if needed. Limited space may be
available in KCATA’s body shop where
lighting and conditions are suitable for a clean
install.
D. It is anticipated that the majority of the wrap
installations shall be conducted at KCATA’s
location at 1350 E. 17th St., Kansas City, MO
64108. It is highly desirable that the contractor
perform the wrap installations on-site at
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 69 of 77
Compliant
with / will
Fulfill
Requirement
Additional
Paragraph
# Description of Specification/Requirement YES or NO Explanatory Comments
KCATA between the hours of 4:00 p.m. and
4:00 a.m., which is the least busy time for
vehicle movement on the premises. However,
KCATA will mutually agree on a timeframe
with the awarded contractor(s). If the
installation contractor is not also the supplier
of the wraps then the KCATA will provide the
vehicle wraps to the installer.
1) KCATA expects that the contractor will
diligently pursue the work in a cooperative
manner and refrain from impeding and/or
interrupting the work and/or worksite(s) of
others. Violation may result in termination of
the contract.
2) The contractor shall fully coordinate all
contract activities with those activities of the
KCATA. As the work of the contractor
progresses, advice and information on matters
covered by the contract shall be made available
by the contractor to the KCATA throughout
the effective period of the contract.
E. The contractor must be able to perform a high
complexity level of hands-on transit vehicle
wrap installation that includes but is not
limited to:
1) Flat Substrates
2) Curves
3) Corrugations
4) Rivets
5) Seams
F. The contractor shall be responsible for the
proper disposal of any waste material
generated during the wrapping process in
accordance with Federal, State, and Local
regulations and laws.
8. Limitations and Timeframe of Installation
Services:
A. The vehicles shall be wrapped in succession
and the contractor shall complete a vehicle
wrap installation within twelve (12) hours. The
contractor shall completely wrap a minimum
of 12 vehicles by no later than March 4, 2016.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 70 of 77
Compliant
with / will
Fulfill
Requirement
Additional
Paragraph
# Description of Specification/Requirement YES or NO Explanatory Comments
B. The contractor may only be given two (2)
vehicles at a time to complete the wrap
installation services. At KCATA’s sole
discretion, KCATA may increase the allotment
of vehicle distributed. The reason for the two
vehicle limitation is for the purpose of
allowing KCATA sufficient vehicle in the fleet
to continue vehicle operations.
C. The contractor must have the ability to handle
the complete wrap installation services
described herein at a minimum of seven (7)
vehicles a month.
9. Warranty on Installation Services:
A. KCATA requires a minimum warranty term of
ninety (90) days for the wrap installation
workmanship and must be free of defects
pertaining to the provisions of installation
services.
B. If the installation contractor ruins the vehicle
wrap during installation services, the
installation contractor shall be responsible for
the expense in replacing the vehicle wrap and
shall not charge additional fees for re-
installation of the new wrap.
10. Quality Assurance and Inspections:
A. During the performance of the installation
services, if the contractor damages any features
on the Vehicles, the contractor shall notify
KCATA immediately within two (2) hours of
the discovery of the damage, and the contractor
shall be responsible for replacing and/or
repairing the feature(s) prior to continuing
performance of the Scope of Work. The
Contractor shall not be entitled to any
adjustment in the contract price for any work
resulting from Contractor damage.
B. The Contractor shall allow authorized KCATA
staff to perform quality control inspections of
the vehicle wrapping installation services at
any point and at multiple times throughout the
installation process. The Quality Control
inspections shall be for the purpose of ensuring
that the installation services are performed in
accordance with the IFB requirements and
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 71 of 77
Compliant
with / will
Fulfill
Requirement
Additional
Paragraph
# Description of Specification/Requirement YES or NO Explanatory Comments
vehicle wrap installation best practices for
consistent quality that meets KCATA’s needs
and requirements.
11. Vendor Qualification Requirements:
A. The bidding contractor (company supplying
the bid response) must have been in the
commercial vehicle wrap and commercial
vehicle wrap installation services business a
minimum of three (3) years.
B. The Contactor must have demonstrated a high
level of professionalism and skill, with a
proven track record of wrap design, creation
and installation for commercial vehicles of
similar sized vehicles as indicted herein. Refer
to Attachment J “References” where the
vendor should provide a minimum of three (3)
references for the provision of wraps that is
similar in nature, size, and scope as what is
requested in this IFB.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 72 of 77
ATTACHMENT L
VEHICLE INFORMATION
Sedans – Chevy Impala
Vehicle Year Condition
2012 Good
2012 Good
2013 Good
2013 Good
2013 Good
2013 Good
2013 Good
2013 Good
2013 Good
2013 Good
2013 Good
2013 Good
2013 Good
2013 Good
2013 Good
2014 Good
2013 Good
2013 Good
Cutaways – Ford Elevation E-350
Vehicle Year Condition
2012 Fair
2012 Fair
2012 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2014 Good
2015 New
2015 New
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 73 of 77
ATTACHMENT M
VEHICLE DRAWING SPECIFICATIONS
CHEVY IMPALA
Exterior
Wheelbase (mm / in): 2807 / 110.5
Overall length (mm / in): 5091 / 200.4
Overall width (mm / in): 1851 / 72.9
Overall height (mm / in): 1487 / 58.7
Track (mm / in): (all) front: 1585.5 / 62.4 rear: 1562 / 61.5
Curb weight (kg / lb): LS: 1613 / 3555 LT w/3.5L: 1613 / 3555 LT w/3.9L: 1655 / 3649 LTZ: 1655 / 3649
Weight distribution (% front / rear):
LS: 62 / 38 LT: 61 / 39 LTZ: 61 / 39
Drag coefficient: 0.33
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 74 of 77
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 75 of 77
ATTACHMENT M ~ continued
VEHICLE DRAWING SPECIFICATIONS
FORD ELEVATION E-350 CUTAWAY
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 76 of 77
Attachment N
Wrap Design Artwork
IMPORTANT NOTICE: This artwork is not final. KCATA will send finalized artwork to the successful
contract awardee. The contractor shall also understand and agree that each vehicle year may have some
changes needed to the artwork due to changes in the vehicle layout; therefore, the contractor must
accommodate these adjustments to the artwork and adjustments to the installation of the wraps to suit
the particular vehicle.
IFB #15-3133-33
Paratransit Vehicle Wraps & Installation Services Page 77 of 77
Attachment N ~ continued
Wrap Design Artwork